Drinking Water Sampling Services within US Army Garrison Fort Buchanan
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 Mission and Installation Contracting Command (MICC)-Fort Buchanan is conducting market research through a Sources Sought notice to identify qualified sources for Drinking Water Sampling Services at US Army Garrison Fort Buchanan, Puerto Rico. This effort aims to ensure compliance with federal and local drinking water regulations. Responses are due by April 3, 2026, at 10:00 AM Atlantic Standard Time (AST).
Scope of Work
The required services, detailed in the attached draft Performance Work Statement (PWS), include:
- Weekly Drinking Water Sampling: Collection and analysis for heterotrophic bacteria, total coliforms (including fecal coliforms and E.Coli), and residual chlorine levels.
- Quarterly Full Chemical Sampling: Analysis for all applicable USEPA Primary Drinking Water Standards.
- Quarterly Ground Water Well Samples: Sampling for parameters such as Total Coliforms, Volatile Organic Compounds, Total Hardness, Heterotrophic Bacteria, Total Metals, and Turbidity.
- Semi-Annual Lead and Copper Sampling: Conducted in accordance with Puerto Rico Department of Health (PRDOH) permit requirements.
- Reporting: Submission of all sampling and analysis results within 30 days, with immediate reporting for any exceedances of EPA's Maximum Concentration Levels (MCLs).
Contract & Timeline
- Type: Sources Sought (Market Research) - This is NOT a solicitation.
- Anticipated Contract Type: Firm-Fixed-Price (FFP)
- Anticipated Duration: One base year plus four (4) one-year option periods.
- Anticipated Award: 4th Quarter of Fiscal Year 2026.
- Set-Aside Focus: Identifying businesses in HUBZone, Woman-Owned Small Business (WOSB), and Service-Disabled Veteran-Owned Small Business categories.
- Response Due: April 3, 2026, 10:00 AM AST.
- Published: March 25, 2026.
Submission Requirements
Interested parties must submit a capabilities statement demonstrating their ability to perform the services, along with proof of the following certifications/accreditations:
- PRDOH Certification: Accredited and certified laboratory for sampling and testing in compliance with local and federal laws, including PRDOH Hygiene Laboratory Certification Program and Safe Drinking Water Act (SDWA) requirements.
- PRDOH Microbiology Drinking Water Laboratory Certification.
- PRDOH Chemistry Testing Laboratory Certification.
- National Environmental Laboratories Accreditation (NELAC): In accordance with TNI 2016 standard.
- Environmental Testing Laboratory Accreditation: Conforming to ISO/IEC 17025:2017.
The capabilities statement should include a company profile (name, address, CAGE, UEI, POC, size, socioeconomic statuses) and technical capability (similar projects, specific skills, subcontracting plans, organizational/staff capabilities documentation).
Additional Notes
This notice is for market research only and does not guarantee a future solicitation. No funds are available for response preparation. A draft PWS is attached for review. All responses must be submitted via email to harvey.odom.civ@army.mil.