F--Groundwater Sampling of Monitor Wells, Grand Teton
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), IMR Northern Rockies, is soliciting proposals for annual groundwater sampling of monitor wells in Grand Teton National Park (GRTE) and the John D. Rockefeller Memorial Parkway (JODR). This requirement is a Total Small Business Set-Aside for a Firm-Fixed Price, Single-Award Indefinite Delivery Indefinite Quantity (IDIQ) contract. Proposals are due March 12, 2026, at 1300 MDT.
Scope of Work
The contractor will perform annual groundwater monitoring, including spring and fall sampling and analysis, to meet Wyoming Department of Environmental Quality (WYDEQ) permit requirements for GRTE and JODR wastewater systems. Key tasks include:
- Collecting water quality information during May/June (Spring) and September (Fall) sampling events.
- Analyzing samples for specific parameters such as volatile organic compounds (VOCs), TAL Metals, ammonia, nitrate, and other general groundwater chemistry.
- Completing WYDEQ Reporting Forms for Class Injection Wells (GEMS Reports).
- Providing a health and safety plan, work plan/sampling and analysis plan, and quality assurance/quality control (QA/QC) component.
- Performing statistical analysis on groundwater data in accordance with WYDEQ Solid Waste Rules.
- Biennially monitoring 7 wells at the Colter Bay Landfill site. The period of performance is May 1 to November 30 annually, across various locations within GRTE and JODR.
Contract Details
- Type: Single-Award, Firm-Fixed Price IDIQ Contract.
- Duration: Up to five (5) years, structured into five ordering periods (May 4, 2026 - May 3, 2031).
- Set-Aside: Total Small Business Set-Aside (FAR 19.5). This was clarified by Amendment 0001.
- NAICS Code: 541620 (Environmental Consulting Service) with a $19M small business size standard.
- Product Service Code: F111 (Industrial Investigations, Surveys And Technical Support For Multiple Pollutants).
Submission & Evaluation
- Submission Deadline: March 12, 2026, at 1300 MDT.
- Submission Method: Email to Stacy_Vallie@nps.gov.
- Evaluation Factors: Award will be based on best value to the government, considering Price, Technical Capability, and Prior Experience.
- Required Submissions: Completed Price Schedule (Attachment 9), Prior Experience documentation (3 relevant contracts within the last 5 years), and Technical Capability submission (maximum 10 pages).
- Eligibility: Offerors must be registered in the System for Award Management (SAM).
Key Attachments
Bidders should review attachments such as the Statement of Work (Attachment 8) for detailed requirements, Price Schedule (Attachment 9) for pricing structure, Monitor Well Data (Attachment 1), Well Parameters (Attachment 2), Groundwater Well Coordinates (Attachment 5), and Map Book (Attachment 4) for site-specific information. Past monitoring reports (Attachments 6 & 7) provide valuable context on environmental conditions and challenges.