Drinking Water Systems Maintenance and Support

SOL #: HT942726RE008Combined Synopsis/Solicitation

Overview

Buyer

DEPT OF DEFENSE
Defense Health Agency (Dha)
DEFENSE HEALTH AGENCY
FORT DETRICK, MD, 21702, United States

Place of Performance

Aberdeen Proving Ground, MD

NAICS

Testing Laboratories and Services (541380)

PSC

Water Quality Studies (B533)

Set Aside

No set aside specified

Timeline

1
Posted
May 15, 2026
2
Submission Deadline
Jun 2, 2026, 3:00 PM

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 Defense Health Agency (DHA), specifically the Lab Sciences Directorate (LS), is seeking proposals for Drinking Water Systems Maintenance and Support. This Combined Synopsis/Solicitation aims to acquire services for comprehensive drinking water sample analysis, including organic, inorganic, and biological contaminants, to ensure safety in operating environments, military bases, and deployment/disaster locations. The acquisition is unrestricted. Proposals are due June 2, 2026, at 11:00 AM EST.

Scope of Work

The contractor will provide non-personal services, including all necessary personnel, equipment, supplies, and supervision, for quality sample analysis of drinking water. This includes:

  • Analysis of drinking water matrices for organic, inorganic, and biological organisms.
  • Receipt, storage, and handling of samples according to analytical method specifications.
  • Support for the APHC mission in Army operating environments and military bases.
  • Capability to perform sampling analyses in natural or man-made disaster locations and deployment locations.

Contract & Timeline

  • Contract Type: Firm Fixed Price (FFP)
  • Period of Performance: Base period from June 26, 2026, to May 25, 2027, with four option periods extending to May 25, 2031.
  • Estimated Value: $16,500,000.00 (based on NAICS 541380 size standard).
  • Set-Aside: Unrestricted
  • NAICS Code: 541380 (Water Quality Studies)
  • Questions Due: May 20, 2026, at 11:00 AM EST
  • Proposals Due: June 2, 2026, at 11:00 AM EST
  • Published Date: May 15, 2026

Evaluation

Award will be based on a competitive best value tradeoff among price and non-price factors, with non-price factors being more important than price. Proposals must receive an "Acceptable" or higher rating to be considered. Evaluation factors, in descending order of importance, are:

  1. Technical Approach
  2. Experience
  3. Past Performance (evaluated independently)
  4. Small Business Participation Plan and Subcontracting Plan
  5. Price

Key Requirements & Notes

  • Laboratory Certifications: ISO 17025 accreditation and DoD Environmental Laboratory Accreditation Program (ELAP) for PFAS testing are mandatory.
  • Quality Assurance: Strict adherence to DoD Quality Systems Manual (QSM) and applicable analytical methods. A Quality Assurance Surveillance Plan (QASP) details government monitoring and performance standards, including specific Turnaround Times (TAT) for results (STANDARD, HIGH, TOP, URGENT).
  • Personnel: A Project Manager (PM) with specific experience is required; CVs must be submitted for approval. Contractor employees must complete Anti-Terrorism (AT) Level I and iWATCH training, and sign non-disclosure agreements.
  • Subcontracting: Limited to three (3) other laboratories, which must meet the same quality requirements and be approved by DCPH-A.
  • Small Business Participation: All offerors must submit a "Small Business Participation Plan Evaluation Form" detailing proposed small business involvement. Other than U.S. Small Businesses must submit a subcontracting plan.
  • Organizational Conflict of Interest (OCI): Bidders must review OCI categories, conduct a self-assessment, and submit an OCI Avoidance or Mitigation Plan with their proposal if a conflict may exist. Certification of OCI status is required.
  • Past Performance: A "Past Performance Questionnaire" is provided for offerors to gather feedback from references, which will be used in the evaluation.
  • Submission: Electronic via email to roberto.a.gonzalez-echeverria.civ@health.mil. Proposals require two volumes: Non-Cost/Price and Price/Business.

Contact Information

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download
Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: May 15, 2026
Drinking Water Systems Maintenance and Support | GovScope