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), under the Department of the Navy, is seeking Waste Water Testing services for its facility in Washington, DC. This is a Combined Synopsis/Solicitation (RFQ) issued as a Total Small Business Set-Aside on a Firm Fixed-Price (FFP) basis. The requirement covers a five-year period of performance. Quotations are due by March 25, 2026, at 3:00 PM ET.
Scope of Work
The contractor will provide laboratory support for analyzing samples collected for NRL's Environmental Program. Key responsibilities include:
- Picking up samples from NRL, Washington, DC, within two calendar days of request.
- Performing analyses in accordance with standard EPA Methods.
- Maintaining certifications from MARTEL LABORATORIES JDS, INC, the DC Department of Energy and Environment, and/or the U.S. EPA for specific constituents.
- Providing a Laboratory Quality Assurance Manual and Standard Operating Procedures.
- Conducting routine analyses for:
- Drinking Water: Lead & Copper, Total Coliform, Nitrate, Disinfection Byproducts.
- Wastewater: Total Petroleum Hydrocarbons (TPH), Oil & Grease, various Metals (Copper, Mercury, Zinc, Arsenic, Cadmium, Lead, Molybdenum, Nickel, Silver), Cyanide, Total Toxic Organics (TTO), PCBs (with a detection limit of at least 0.001 mg/L).
- Transformer Oil: PCB tests.
- Fuel Oil: API Gravity, Heat of Combustion, Sulfur Content.
- TCLP: Complete Extracts for Metals & Organics.
- Delivering routine laboratory analysis reports within 10 calendar days of sample receipt, and reporting positive or MCL-exceeding results within 24 hours.
Contract & Timeline
- Contract Type: Firm Fixed-Price (FFP)
- Set-Aside: Total Small Business
- NAICS Code: 541380 (Environmental Consulting Services), Size Standard: $19,000,000.00
- 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)
- Response Due: March 25, 2026, 3:00 PM ET
- Published Date: March 23, 2026
Evaluation
Award will be made to the responsible offeror whose quotation is most advantageous to the Government, based on a Lowest Price Technically Acceptable (LPTA) approach. Offers will be ranked by price, and the lowest-priced offer(s) will undergo technical evaluation. If technically acceptable and fair/reasonable, award will be made. Options will be evaluated by adding their total price to the basic requirement.
Submission Instructions
Offerors must submit one copy of their technical and price quote via email to Yina Brooks (yina.brooks.civ@us.navy.mil). Submissions must include the Company Cage Code, Manufacturer’s Name, and Country of Origin. Offerors must state acceptance of the solicitation's terms and conditions or list exceptions with rationale. Active registration in SAM.gov is required.