Hazardous Waste and Water Testing and Analysis
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 the Air Force (910th AW) is soliciting quotations for Hazardous Waste and Water Testing and Analysis services at Youngstown Air Reserve Station, Vienna, OH. This is a Combined Synopsis/Solicitation (RFQ) issued as a 100% Small Business Set-Aside for a Blanket Purchase Agreement (BPA). Quotations are due by 10:00 AM ET on Monday, February 23, 2026.
Scope of Work
The purpose of this BPA is to procure commercial services for the collection, transport, and analysis of hazardous waste and wastewater samples from the 910th Airlift Wing. Key requirements include:
- Providing labor, material, equipment, and transportation for sample collection and analysis.
- Adhering to strict quality assurance/quality control (QA/QC) procedures and maintaining chain-of-custody records.
- Complying with Federal, State, and Local regulations, including specified EPA publications.
- Performing specific analytical testing parameters for wastewater (e.g., Cadmium, Chromium, BOD5, COD) and hazardous waste (e.g., Ignitability, Corrosivity, Reactivity, TCLP tests).
- Documenting technical capability to perform the required services as per the attached Performance Work Statement (PWS).
Contract & Timeline
- Contract Type: Blanket Purchase Agreement (BPA) resulting from a Request for Quotation (RFQ).
- Set-Aside: 100% Small Business Set-Aside.
- NAICS Code: 541380 (Testing Laboratories) with a $19 million size standard.
- Published Date: January 23, 2026.
- Quotation Due Date: February 23, 2026, at 10:00 AM Eastern Time (ET).
Evaluation
Award will be made to the lowest price technically acceptable (LPTA) offeror. Offerors must demonstrate technical capability to perform the services.
Submission Requirements & Notes
- Offerors must submit quotations in accordance with FAR 52.212-1, including a completed FAR 52.212-3 Offeror Representations and Certifications.
- Include Contractor's UEI Number and CAGE code.
- Offerors must be registered in SAM.gov and have a current SAM record prior to award.
- Payment is intended to be made via Government Purchase Card (GPC).
- A pricing sheet (Attachment 2) is provided for quotation submission, detailing required analytical parameters and services.
- The applicable wage determination (Attachment 3) must be considered for labor costs.
- Submit quotes via email to jasmine.corpa@us.af.mil or by mail to the 910th CONF/PK office.
- For questions, contact Contract Specialist Jasmine Corpa at (330) 609-1698 or jasmine.corpa@us.af.mil.