Blanket Purchase Agreement of Laboratory Analyses Services for Worldwide Support
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 Department of the Navy / NAVFAC Systems and Expeditionary Warfare Center is seeking proposals for a Blanket Purchase Agreement (BPA) for worldwide laboratory analyses services and associated supplies. This opportunity is a 100% Women-Owned Small Business (WOSB) set-aside. Proposals were due January 16, 2026, and the opportunity was published on January 29, 2026.
Scope of Work
The Contractor will provide all necessary personnel, equipment, materials, and quality control to deliver technically valid and legally defensible environmental data. Services include chemical analysis, toxicity characteristic testing, and air testing for various environmental matrices such as soil, sediment, sludge, groundwater, surface water, and air. These services primarily support Defense Environmental Restoration Programs (DERP), CERCLA, RCRA, and CWA projects. Performance of laboratory services is intended to take place at the offeror’s facilities.
Contract Details
This is a combined synopsis/solicitation for commercial services, establishing BPAs for anticipated five one-year periods starting in 2026. The Government may award agreements to up to three (3) Contractors. This is a new procurement, not replacing an existing contract.
Set-Aside & Eligibility
This is a 100% Women-Owned Small Business (WOSB) set-aside. Only WOSB concerns will be considered. Vendors must meet strict accreditation requirements, including NELAP, DoD ELAP for at least 50% of applicable fields of testing, and specific state accreditations (e.g., California, Utah, Nevada). WOSB concerns were advised to indicate interest within 15 days of the notice. If insufficient WOSB interest is received, the solicitation may be amended to a wider Small Business set-aside.
Submission Requirements
Offerors must submit a technical proposal, past performance and experience information, and pricing quotes. A mandatory pricing template, BPA_ELIN_N3943026Q1002.xlsx, must be used for quoting laboratory analyses services and directly-associated supplies. NAVFAC Past Performance Questionnaire (PPQ) forms are available for state, municipal, and/or private sector projects, though CPARS.gov is the preferred source for past performance.
Evaluation Factors
The solicitation utilizes source selection procedures under Simplified Acquisition Procedures (FAR Subpart 13.5). Evaluation will consider the technical proposal, past performance, and pricing. Technical Acceptability is more important than Past Performance, and both are significantly more important than Price, unless non-price factors are equal.
Key Dates
- Proposal Due: January 16, 2026 (original due date, remains the same).
- Opportunity Published: January 29, 2026.
- RFI event closed; responses and historical data posted January 14, 2026.
Contact Information
- Primary: Ryan J. Kenniff (ryan.j.kenniff.civ@us.navy.mil, 619-705-4260)
- Secondary: Nicole M. Mendes (nicole.m.mendes2.civ@us.navy.mil, 805-895-5260)