UMESC Water Sample Analysis

Project ID: 140G0226Q0010 FederalOpportunitiesSynopsis Solicitation
Overview
AgencyUSGS Office of Acquisitions and Grants
Deadline02/11/26
Posted01/23/26
Estimated ValueNot Provided
Set AsideSmall Business
NAICS541380 - Testing Laboratories and Services
PSCB533 - Special Studies/Analysis- Water Quality
LocationLa Crosse, WI USA
Description
Primary Latest Change

Summary

Posted: Jan. 23, 2026, 9:25 a.m. EST

Solicitation Number

140G0226Q0010 Issued as: Request for Quote (RFQ) This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. 1. Description of Requirement: The U.S. Department of the Interior (DOI), U.S. Geological Survey (USGS) has a requirement for analyses of wastewater and drinking water samples in accordance with the attached solicitation. 2. Applicable Regulations: This acquisition will be conducted under FAR Part 12 (Acquisition of Commercial Products and Commercial Services) and FAR Part 13 (Simplified Acquisition Procedures). 3. Set-Aside & NAICS: Set-Aside: Small Business

NAICS Code

541380 - Testing Laboratories

Size Standard

$19.0 million in average annual receipts 4. Solicitation Provisions and Clauses: The following FAR provisions and clauses apply and are incorporated by reference: FAR 52.212-1 - Instructions to Offerors Commercial Products and Commercial Services FAR 52.212-2 - Evaluation - Commercial Products and Commercial Services FAR 52.212-3 - Offeror Representations and Certifications - Commercial Products and Commercial Services FAR 52.212-4 - Contract Terms and Conditions - Commercial Products and Commercial Services FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Products and Commercial Services 5. Submission Requirements: Offerors shall include their Unique Entity ID (UEI) number with the quote. Offerors must be current and active in the System for Award Management (SAM) at https://www.sam.gov/index.html to be eligible for award. All requirements for preparation, submission, and receipt of quotes are contained in this solicitation and shall be adhered to. 6. Delivery and Performance: Specific delivery dates, place of performance, and acceptance details will be provided in the attached solicitation. 7. Evaluation Criteria: The government intends to award a single firm fixed price purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. Quotes will be evaluated based on:

Factor 1

Distance from Upper Midwest Environmental Science Center Facility

Factor 2

Past performance

Factor 3

Qualifications

Factor 4

Price 8. Submission Deadline and Contact: Quotes and all questions must be submitted via email to: Beth Wilson at bwilson@usgs.gov Closing date and time for receipt of quotes and questions are specified in the attached solicitation.

2 (Newest Update)

Posted: Jan. 23, 2026, 4:56 p.m. EST Amendment 0001 is being issued to attach the revised solicitation body. COMBINED SYNOPSIS/SOLICITATION NOTICE Solicitation Number: 140G0226Q0010 Issued as: Request for Quote (RFQ) This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. 1. Description of Requirement: The U.S. Department of the Interior (DOI), U.S. Geological Survey (USGS) has a requirement for analyses of wastewater and drinking water samples in accordance with the attached solicitation. 2. Applicable Regulations: This acquisition will be conducted under FAR Part 12 (Acquisition of Commercial Products and Commercial Services) and FAR Part 13 (Simplified Acquisition Procedures). 3. Set-Aside & NAICS: Set-Aside: Small Business NAICS Code: 541380 - Testing Laboratories Size Standard: $19.0 million in average annual receipts 4. Solicitation Provisions and Clauses: The following FAR provisions and clauses apply and are incorporated by reference: FAR 52.212-1 - Instructions to Offerors Commercial Products and Commercial Services FAR 52.212-2 - Evaluation - Commercial Products and Commercial Services FAR 52.212-3 - Offeror Representations and Certifications - Commercial Products and Commercial Services FAR 52.212-4 - Contract Terms and Conditions - Commercial Products and Commercial Services FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Products and Commercial Services 5. Submission Requirements: Offerors shall include their Unique Entity ID (UEI) number with the quote. Offerors must be current and active in the System for Award Management (SAM) at https://www.sam.gov/index.html to be eligible for award. All requirements for preparation, submission, and receipt of quotes are contained in this solicitation and shall be adhered to. 6. Delivery and Performance: Specific delivery dates, place of performance, and acceptance details will be provided in the attached solicitation. 7. Evaluation Criteria: The government intends to award a single firm fixed price purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. Quotes will be evaluated based on: Factor 1: Distance from Upper Midwest Environmental Science Center Facility Factor 2: Past performance Factor 3: Qualifications Factor 4: Price 8. Submission Deadline and Contact: Quotes and all questions must be submitted via email to: Beth Wilson at bwilson@usgs.gov Closing date and time for receipt of quotes and questions are specified in the attached solicitation.

Current: Posted: Jan. 29, 2026, 2:07 p.m. EST Amendment 0002 is being issued to provide responses to questions received. 1. As our laboratory is located outside of the La Crosse area, we would propose utilizing a commercial shipping service (e.g., FedEx or UPS) to transport samples to our lab. In order to accurately price these costs, we would need to understand how many sample pickups are anticipated to occur over the period of performance. Answer: Samples are collected every Wednesday and must be shipped to the laboratory within the allowed holding time for each sample. 2. Additionally, we would like to confirm whether UMESC staff would be responsible for either scheduling pickups directly with FedEx/UPS or dropping off the samples at an appropriate carrier location for shipment to our laboratory. Please let us know if this approach would be acceptable under the terms of the solicitation." Answer: It is expected that the Contractor would be responsible for coordinating shipping such that sample coolers would be picked up / dropped off from the UMESC lobby on the day of sample collection. Contractor would be responsible for all delivery of sample coolers and pickup of samples from the UMESC facility. 3. Under the Statement of Work, the tables listing the required tests, you have listed SOC and Inorganics. The way the procurement is set up, a price for these two tests will have to be included in each option year line item. Even though those tests only have to be submitted every 3 years or so. Answer: Please provide separate pricing for Inorganics and SOC testing in the base and options due to the uncertainty of when they might be exercised. 4. Also, your Permit requires PFAS testing this year, and that is not included on the tables for required testing. It s possible you re dealing with the PFAS testing separately. Answer: PFAS/PFOA testing is under a separate procurement and is not included as part of this solicitation.
Contacts
Contact nameWilson, Mary
Contact emailbwilson@usgs.gov
Contact phone(573) 397-2277
Contact fax(573) 876-1896
Same Region Opportunities