WASTEWATER TREATMENT PLANT TESTING
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 soliciting quotes for Wastewater Treatment Plant Testing Services at the Buffalo National River in Arkansas. This 100% Total Small Business Set-Aside opportunity requires contractors to provide all labor, materials, and equipment for monthly sampling and testing to ensure compliance with Arkansas Department of Environmental Quality (ADEQ) permit requirements. The contract will be a firm-fixed-price commercial award. Quotes are due by May 5, 2026, at 12:00 PM ED.
Scope of Work
The contractor will conduct monthly wastewater sampling and testing at three locations: Buffalo Point Lower Wastewater Plant, Buffalo Point Upper Wastewater Plant, and Tyler Bend Treatment Plant. This includes collecting samples and transporting them to an ADEQ-certified laboratory for analysis. Specific testing parameters vary by plant and include pH, Dissolved Oxygen, Total Residual Chlorine, Total Suspended Solids, Ammonia-Nitrogen, E-Coli, Biochemical Oxygen Demand, Total Phosphorus, Total Kjeldahl Nitrogen, and Nitrate + Nitrite. Tyler Bend also requires annual grab samples for a broader range of parameters, including various nitrogen compounds, solids, metals, and oil & grease, as well as yearly soil testing. All sampling and testing must adhere to 40 CFR Part 136 standards.
Contract Details
- Contract Type: Firm-Fixed-Price Commercial Contract
- Set-Aside: 100% Total Small Business Set-Aside
- NAICS Code: 541380 (Small Business Size Standard: $19 Million)
- Product/Service Code: Q301 (Reference Laboratory Testing)
- Period of Performance: A base year (May 15, 2026 - May 14, 2027) with four one-year option periods, extending through May 14, 2031.
- Anticipated Award Date: On or before May 10, 2026
- Place of Performance: Buffalo National River, Middle and Lower Districts, Arkansas.
Submission & Evaluation
- Quotes Due: May 5, 2026, by 12:00 PM ED.
- Submission Method: Email to colette_riegelmayer@ios.doi.gov.
- Questions Due: April 27, 2026, by 12:00 PM ED.
- Evaluation Criteria: Best value to the government, considering price, technical capability, and prior experience.
- Required Submittals: Signed price schedule, capabilities statement/project narrative (max two pages), and three prior project experiences.
- Eligibility: Offerors must have an active SAM.gov registration and a Unique Entity Identifier (UEI) at the time of quote submission, award, and throughout contract performance.
- Site Visit: A site visit is scheduled for April 21, 2026, at 1:00 PM CT at the Buffalo National River. Bidders are urged to attend.
Additional Information
This solicitation is issued as a Request for Quote (RFQ) under FAR Part 13 Simplified Acquisition Procedures. A U.S. Department of Labor Wage Determination (2015-5123, Rev. 29) for Arkansas applies, outlining minimum wage rates and fringe benefits for Service Contract Act occupations. Invoicing will be processed monthly through the U.S. Department of the Treasury's Invoice Processing Platform (IPP).