Water Sample Collection and Analysis Services - Amend 4
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 Defense Health Agency (DHA) is soliciting quotes for Water Sample Collection and Analysis Services at Shaw Air Force Base, Poinsett Range, and Wateree Air Force Recreational Area, SC. This Total Small Business Set-Aside opportunity requires a Firm Fixed Price contract for a base year and four option years. Quotes are due by February 2, 2026, at 2:00 PM EST.
Scope of Work
The contractor will provide all personnel, equipment, and services for collecting, labeling, transporting, and analyzing water samples from various sources (surface water, groundwater, distribution systems). Services include assessing water quality, determining regulatory compliance, and providing recommendations for remediation or treatment. Testing must utilize EPA-approved analytical methods such as EPA Method 533, Method 9223B Colilert, Method 4500-H+B, Method 4500-CI G, and EPA Method 200.8/200.7. The scope also covers urgent sample collection and analysis for emergencies or special events, with results required within 24 hours of notification. The contractor's laboratory must maintain current South Carolina certification. Physical remediation or treatment activities are outside the scope.
Contract Details
- Contract Type: Firm Fixed Price
- Period of Performance: Base year (April 1, 2026 – March 31, 2027) plus four 12-month option years, with a potential extension until September 30, 2031.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 541380 (Laboratory testing, except medical, veterinary)
- Size Standard: $19,000,000.00
- PSC Code: B533 (Water Quality Studies)
- Incumbent: Aquatic Analytics LLC (Contract No. FA480323C0006)
Submission & Evaluation
Quotes must be submitted electronically to the Contracting Officer and Contract Specialist. Award will be made on a Lowest Priced Technically Acceptable (LPTA) basis. Evaluation factors include technical capability (proof of SC laboratory certification, capability statement, past performance/testimonials) and price (SF 1449 completion, pricing for all SLINs including travel, shipping, personnel, and materials, with explanations for price escalations). The Government intends to award without discussions, so offerors should submit their best initial offers. Prices must be held firm for 90 calendar days.
Key Updates (Amendment 6)
Amendment 6 corrects the quantity for a SLIN under CLIN 2002 and updates the Pricing Template to include rows for Option One (CLIN 1001). Interested contractors must use the updated Pricing Template. If these changes affect previously submitted quotes (before January 20, 2026), revised quotes are required by the new due date. Otherwise, an email acknowledging the amendment and confirming no pricing change is sufficient.
Contact Information
- Contracting Officer: Lenore Y. Paseda (lenore.y.paseda.civ@health.mil)
- Contract Specialist: Yuleiny Garcia (yuleiny.garciacontreras.civ@health.mil)