F103--523-26-2-4810-0058: MWRA Semiannual Wastewater Permit Sampling - Attn: Jessica Martin (VA-26-00042241)
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 Department of Veterans Affairs (VA) is soliciting quotes for MWRA Semiannual Wastewater Permit Sampling services for the VA Boston Healthcare System (VABHS). This is a Service-Disabled Veteran-Owned Small Business (SDVOSB) and Veteran-Owned Small Business (VOSB) set-aside combined synopsis/solicitation. The contract aims to secure wastewater discharge sampling at VABHS facilities in West Roxbury, Jamaica Plain, and Brockton. Quotes are due May 13, 2026, at 3:00 PM EST.
Scope of Work
Services include:
- Semiannual wastewater discharge sampling for MWRA permits at Jamaica Plain (Permit #: 51005733) and West Roxbury (Permit #: 56005702).
- Quarterly wastewater discharge sampling for the Brockton Water & Sewer permit (Permit #: N-940-020518).
- Retesting services and Notice of Violation (NOV) compliance testing as required.
- Sampling must be conducted by an MWRA-approved technician in accordance with permit specifications.
- Electronic submission of samples for Jamaica Plain and West Roxbury via the Pretreatment Information Management System Web Self-Monitoring Report (Web SMR).
- Provision of electronic copies of analytical reports and chain of custody for all facilities.
- The contractor must provide a quality control plan and utilize a MADEP certified or NELAP accredited laboratory for analysis.
- Work is generally performed after normal operating hours (8:00 am – 4:30 pm, Monday-Friday).
Contract Details
- Type: Firm-Fixed Price (RFQ)
- Duration: A base year (06/01/2026 - 05/31/2027) with four (4) option years, totaling a potential five-year contract through May 31, 2031.
- NAICS Code: 541380 (Testing Laboratories and Services), with a small business size standard of $19 million.
- Place of Performance: VA Boston Healthcare System (VABHS) facilities in West Roxbury, Brockton, and Jamaica Plain, Massachusetts.
Eligibility & Submission
- Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) and Veteran-Owned Small Business (VOSB).
- Registration: Offerors must be registered in SAM.gov and VetCert (sba.gov). Vendors claiming veteran status must be verified and certified by the SBA. All vendors must also complete VA Form 10091 for vendorization.
- Submission Deadline: May 13, 2026, at 3:00 PM EST.
- Questions Deadline: May 5, 2026, at 4:00 PM EST.
- Submission Method: Email quotes to Jessica.Martin11@va.gov.
- Instructions: Offerors should follow FAR provisions 52.212-1 and 52.212-2, and provide pricing on the Price/Cost Schedule. A statement accepting terms and conditions or listing exceptions is required.
Evaluation
Award will be based on a comparative evaluation considering Technical/Quality, Past Performance, Veterans Involvement (SDVOSB/VOSB), and Price. The award will be made to the quote most favorable to the Government.