F--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) is seeking proposals for a firm-fixed price Indefinite Delivery, Indefinite Quantity (IDIQ) contract for Water & Wastewater Lab Analysis Services at Grand Canyon National Park (GRCA), AZ. This acquisition is a 100% Total Small Business Set-Aside. Quotes are due by April 14, 2026, at 12:00 PM MT.
Scope of Work
This opportunity requires professional laboratory analysis services for environmental samples, including drinking water, wastewater, reclaim water, chlorinated water discharge, and biosolids. Services must meet defined detection limits and applicable Federal, State, and local regulations. Specific analysis parameters cover a wide range, including disinfection byproducts, metals, inorganics, radionuclides, VOCs, SOCs, and various physical and chemical properties. Biosolids analysis includes pathogen reduction, vector attraction reduction, and TCLP. Additional sampling may be required for specific events like the Dragon Bravo fire.
Key Requirements
- Offeror must hold an Arizona Department of Health Services (AZDHS) environmental laboratory license or subcontract to a licensed laboratory.
- 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.
- Offerors must complete a detailed price list (Attachment B08) for various analytical tests, including unit prices for the base year and two option years.
Contract Details
- Contract Type: Firm-fixed price Indefinite Delivery, Indefinite Quantity (IDIQ).
- Period of Performance: Anticipated Base Year is June 15, 2026, through June 14, 2027, with two (2) option years, not to exceed 3 years total.
- Estimated Value: Minimum order of $1,000.00; total not to exceed $337,488.00.
- Set-Aside: 100% Total Small Business Set-Aside. The associated NAICS code is 541380.
Submission & Evaluation
- Quotes Due: April 14, 2026, by 12:00 PM MT, submitted via email to lindsay_mclaughlin@ios.doi.gov.
- Questions Due: March 24, 2026, by 12:00 PM MT, submitted electronically to lindsay_mclaughlin@ios.doi.gov.
- Evaluation Criteria: Price, technical capability, and prior experience.
- Offerors must be registered in the System for Award Management (SAM) and acknowledge all provisions, clauses, and Amendment 0001 with their quote package.
Amendment 0001
Amendment 0001 provides Government responses to questions received. The due date for offers remains unchanged. Offerors must acknowledge this amendment with their quote.