Cheoah and Tusquitee Ranger Districts Water Testing and Monitoring at Nantahala National Forest NC
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 USDA Forest Service is soliciting proposals for Water Testing and Monitoring Services for the Cheoah and Tusquitee Ranger Districts within the Nantahala National Forest, NC. This is a Combined Synopsis/Solicitation issued as a Total Small Business Set-Aside. Proposals are due by January 28, 2026, at 11:00 AM EST.
Scope of Work
The contractor will furnish all labor, materials, chemicals, and transportation for the operation and maintenance of specified water facilities. Key services include:
- Potable Water Testing: Regular testing for total coliform, fecal coliform, annual nitrate, and monthly iron at various campgrounds, recreation areas, and district offices.
- Swimming Area Water Testing: Weekly fecal coliform sampling and testing at Cheoah Point Beach and Jackrabbit Beach during their respective operating seasons.
- Water System Operation: Operation and maintenance of chlorination systems to ensure a 2 ppm chlorine residual.
- Emergency Repairs: Provision for emergency repairs, with costs for parts requiring COR approval.
- Special Requirements: The contractor MUST hold a North Carolina Class C Water License. All test results and state correspondence must be submitted to the U.S. Forest Service.
Contract & Timeline
- Contract Type: Firm-Fixed Price Requirements Contract.
- Duration: One (1) one-year base period (February 1, 2026 - January 31, 2027) and four (4) one-year option periods, for a total potential duration of five years, extending through January 31, 2031.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5), under NAICS Code 541380 with a $19.0 million size standard.
- Place of Performance: Robbinsville, NC, and various sites within the Cheoah and Tusquitee Ranger Districts.
- Proposals Due: January 28, 2026, 11:00 AM EST.
- Questions Due: January 21, 2026, 11:00 AM EST.
- Published Date: January 21, 2026.
Evaluation & Submission
Award will be based on the Lowest Price Technically Acceptable (LPTA) criteria. Evaluation factors include Price, Technical Acceptability, and Past Performance. Technical Acceptability requires a detailed explanation of the offeror's ability to perform the Statement of Work. Offerors must submit pricing for all items. Required submission documents include a Technical Proposal, Attachment 1 (Schedule of Items), and Attachment 4 (Relevant Experience Questionnaire). Proposals must be emailed to ioulia.boxley@usda.gov with the specified subject line.
Additional Notes
This solicitation is subject to the Service Contract Act Wage Determinations. Site visits are encouraged for offerors to assess the separated district locations independently, as scheduled visits are unlikely. Clarifications regarding existing gallon meters, chlorinator device variations, and the process for emergency parts repairs have been provided in the Q&A document.