ENVIRONMENTAL LABORATORY SERVICES
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 U.S. Army Corps of Engineers (USACE), Chicago District (LRC), is conducting market research through this Sources Sought notice for Environmental Laboratory Services. This effort aims to identify qualified contractors capable of providing analytical services for water and sediment sampling to support USACE Civil Works and Operations and Maintenance (O&M) missions. The requirement is for a potential five-year Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract. Responses are due by March 9, 2026, at 2:00 PM CT.
Purpose & Potential Set-Aside
This Sources Sought is for informational purposes only and is not a Request for Proposal. Its objective is to assess market capacity and identify potential bidders. Based on responses, the requirement may be set-aside for Small Businesses (in full or in part) or proceed as full and open competition, with the possibility of multiple awards. The applicable NAICS code is 541380 (Environmental Consulting Services, $19 million size standard), and the Product Service Code is B504 (Chemical/Biological Studies And Analysis).
Scope of Work
The contractor will provide non-personal analytical laboratory services and supplies to characterize environmental materials collected by USACE-LRC or other Great Lakes and Ohio Rivers Division (LRD) Districts. This includes analyzing soils, sediments, groundwaters, surface waters, tissues, oils, and wastes for pollutants at trace concentration levels and physical properties. Services may involve predictive tests such as leaching and elutriate tests. The attached Performance Work Statement (PWS) details specific sampling requirements, with flexibility for additional analyses like PFAS and fish tissue testing. Anticipated analytical breakdown includes:
- Media: Sediment (75%), Water (15%), Elutriate (10%)
- Analysis Type: Chemical (85%), Physical (10%), Biological (5%)
Contract & Timeline
- Opportunity Type: Sources Sought (Market Research)
- Anticipated Contract Type: Firm-Fixed Unit Price, Indefinite-Delivery, Indefinite-Quantity (IDIQ) Task Order Contract.
- Anticipated Period of Performance: Five years.
- Anticipated Value: Minimum guarantee of $10,000, with a ceiling of $1,250,000.
- Response Due: March 9, 2026, 2:00 PM CT.
- Published: February 24, 2026.
Required Capabilities & Special Requirements
Respondents must demonstrate the ability to provide technically valid and legally defensible environmental data. Key requirements include:
- Maintaining National Environmental Laboratory Accreditation Program (NELAP) accreditation for all appropriate fields-of-testing.
- Obtaining and maintaining any applicable state analytical certifications.
- For Hazardous, Toxic, and Radiological Waste (HTRW) analysis, compliance with the Department of Defense Quality Systems Manual (QSM) and DoD Environmental Laboratory Accreditation Program (ELAP).
- Strict adherence to Quality Assurance (QA) and Quality Control (QC) procedures, including meeting Precision, Accuracy, Representativeness, Comparability, and Completeness (PARCC) parameters.
- Providing Quality Control Reports and Electronic Data Deliverables (EDDs).
- Personnel must complete initial security training and comply with E-Verify.
Submission Details
Interested parties should submit a capabilities statement of no more than five (5) pages, addressing:
- Past experience with similar requirements, including multiple task orders.
- Certifications held and typically subcontracted methods.
- Specific technical skills.
- Plan for teaming arrangements, including chemical, biological, and physical parameters.
- Ability to perform at least 50% of the work for small business set-asides.
- Company profile (size, revenue, UEI, small/large business status, specific small business designations). All responses must be emailed to sara.t.king@usace.army.mil by the deadline.