Grand Canyon National Park Water & Wastewater Lab
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 National Park Service (NPS), on behalf of Grand Canyon National Park (GRCA), is soliciting quotes for Water & Wastewater Lab Analysis Services. This opportunity will result in a single, firm-fixed price Indefinite Delivery, Indefinite Quantity (IDIQ) contract. The services are crucial for supporting the park's drinking water, wastewater, and reclaim wastewater systems. This acquisition is a 100% Total Small Business Set-Aside. Quotes are due by April 14, 2026, at 12:00 PM Mountain Time.
Scope of Work
The contractor will provide professional laboratory analysis services for environmental samples, including:
- Analysis of drinking water, wastewater, reclaim water, chlorinated water discharge, and biosolids.
- Recording and reporting of analytical data.
- Specific analysis parameters cover disinfection byproducts, metals, inorganics, secondary contaminants, water quality characteristics, radionuclides, VOCs, SOCs, total suspended solids, biochemical oxygen demand, chemical oxygen demand, nitrogen/phosphorus speciation, PCBs, PAHs, and biosolids analysis (pathogen reduction, vector attraction reduction, pH, solids content, free liquid testing, TCLP).
- Services must meet defined detection limits and applicable Federal, State, and local regulations.
- The lab must be within an 8-hour shipping radius of the North and South Rims of the Grand Canyon to meet sample transportation and holding times.
Contract Details
- Contract Type: Firm-fixed price Indefinite Delivery, Indefinite Quantity (IDIQ).
- Period of Performance: An anticipated Base Year from June 15, 2026, through June 14, 2027, with two (2) option years, for a total duration not exceeding 3 years.
- Estimated Value: The minimum order is $1,000.00, and the total contract value shall not exceed $337,488.00 over its life. The small business size standard for NAICS 541380 is $19M.
- Set-Aside: 100% Total Small Business Set-Aside.
Submission & Evaluation
- Quotes Due: April 14, 2026, by 12:00 PM Mountain Time, submitted via email to lindsay_mclaughlin@ios.doi.gov.
- Questions Due: March 24, 2026, by 12:00 PM Mountain Time, submitted electronically to lindsay_mclaughlin@ios.doi.gov.
- Evaluation Criteria: Award will be based on price, technical capability, and prior experience.
- Eligibility: Offerors must be registered in the System for Award Management (SAM) and hold an Arizona Department of Health Services (AZDHS) environmental laboratory license or subcontract to a licensed laboratory.
Additional Notes
Offerors must acknowledge all provisions and clauses, including those related to telecommunications and supply chain security. Attachments include the Statement of Work, Price Schedule, and SCA Wage Determination. The provided price list (Attachment 2) details specific tests and requires offerors to fill in unit prices for the base and option years.