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 a Sources Sought notice for Environmental Laboratory Services. This effort aims to identify qualified firms capable of providing analytical services for water and sediment sampling analysis 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 with an anticipated ceiling of $1,250,000. Responses are due by 2:00 PM CT on March 3, 2026.
Scope of Work
The contractor will provide non-personal analytical laboratory services 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 and physical properties. Services may involve predictive tests like leaching and elutriate tests. The objective is to obtain technically valid and legally defensible environmental data meeting site-specific Data Quality Objectives (DQOs). Anticipated sample breakdown includes 75% sediment, 15% water, 10% elutriate, with 85% chemical, 10% physical, and 5% biological analyses.
Contract & Timeline
- Opportunity Type: Sources Sought / Market Research
- NAICS: 541380 ($19 Million Small Business Size Standard)
- PSC: B504 (Chemical/Biological Studies And Analysis)
- Contract Type: Anticipated Firm-Fixed Unit Price, IDIQ Task Order Contract
- Duration: Estimated 5-year period of performance
- Value: Minimum guarantee of $10,000; Ceiling of $1,250,000
- Place of Performance: Contractor facilities, primarily supporting projects in the USACE Chicago District (IL, IN, WI) and potentially other LRD Districts.
- Response Due: March 3, 2026, by 2:00 PM CT
- Published: February 27, 2026
Special Requirements & Eligibility
Respondents must possess National Environmental Laboratory Accreditation Program (NELAP) accreditation for all appropriate fields-of-testing and any applicable state analytical certifications. For Hazardous, Toxic, and Radiological Waste (HTRW) analysis, compliance with the Department of Defense Quality Systems Manual (QSM) is required, including DoD ELAP accreditation. Businesses of all sizes are encouraged to respond, with the possibility of a Small Business Set-Aside or full and open competition. The contract is anticipated to include labor categories subject to the Service Contract Act.
Submission Details
Interested parties must submit a capabilities statement (max 5 pages, Times New Roman 10pt) addressing:
- Past work experience (especially with multiple task orders).
- Certifications held and subcontracted methods.
- Specific technical skills.
- Teaming arrangements for comprehensive analysis.
- Ability to meet the 50% performance rule for Small Business Set-Asides.
- Company profile (size, revenue, UEI, office locations).
- Small/Large business status (including specific small business categories).
- Ability to meet facility and safeguarding requirements. Submissions should be emailed to sara.t.king@usace.army.mil with the subject line including the sources sought title and notice ID.