THIS IS A SOURCES SOUGHT NOTICE. NO SOLICITATION IS AVAILABLE AT THIS TIME. The purpose of this Sources Sought Notice is to identify potential sources capable of performing the effort described herein pursuant to FAR Part 10, Market Research and FAR Part 19, Small Business Programs. This is for planning purposes only.
Any information submitted by respondents to this Source Sought Notice is voluntary. The Air Force does not intend to award a contract on the basis of this notice or to otherwise pay for the information solicited. Respondents should not construe this notice as commitment by the Air Force for any purpose, and should refrain from providing proprietary information in the response.
1. INTRODUCTION: This is the initial step in the planning process for Safe Drinking Water. The 377 MSG/PKA at Kirtland Air Force Base seeks sources with the capability and interest to provide the following:
The contractor shall provide laboratory services including the furnishing of all materials, equipment, supplies, facilities, utilities, supervision, and quality control required for the analysis and reporting of results regarding samples collected by the Bioenvironment Engineering Flight (BEF). Furthermore, the Contractor shall provide transportation, delivery and pick up of water samples, as well as unused or prepared sample bottles and coolers provided to the Government.
All equipment and procedures used for the performance of laboratory analysis shall be in conformance with the SDWA, state regulation NMAC 20.7.10 and federal regulations 40 CFR 141 & 142 and regulatory program guidelines cited by the Environmental Protection Agency (EPA), New Mexico Environmental Department (NMED), NELAP and Department of Defense Environmental Laboratory Accreditation Program (DoD ELAP). Additionally, the local laboratory must be a New Mexico Certified Laboratory, authorized to perform drinking water compliance sample analysis pursuant to New Mexico water supply regulations. The Contractor shall follow and meet the quality control and assurance requirements for the performance of the tests as stated in test method and regulatory program documents.
377 MSG/PKA anticipates conducting a competitive acquisition for this effort. The effort is expected to result in a Firm-Fixed-Price contract. NAICS code is anticipated to be 541380, size standard $19M.
2. INSTRUCTIONS: All businesses capable of providing the services described above are invited to respond electronically with a Statement of Capabilities (SOCs) demonstrating the ability to meet the requirements in the attached Performance Work Statement.
Responses shall include company name, address, CAGE code, point of contact with email address and telephone number, and indicate business size (small business, small-disadvantaged business, service-disabled veteran-owned small business, economically disadvantaged woman-owned small business, woman-owned small business, or HUBZone) using NAICS 541380, size standard $19M. The Air Force reserves the right to consider a small business set-aside for any subsequent acquisition based upon responses to this notice. Small business respondents should provide a statement of capabilities to assist the Air Force in making a set-aside decision.
Statement of Capabilities are limited to 5 pages, using Times New Roman 12 Font. At a minimum, the statement of capabilities should:
- Confirm laboratory facilities are located within New Mexico and provide physical address of testing location.
- Include documentation of current New Mexico Environment Department (NMED) Drinking Water Laboratory Certification
- Include any questions or feedback the company has about the DRAFT Performance Work Statement (PWS)
Responses must be received no later than Monday, 12 August 2025 at 5:00PM Mountain Daylight Time, and addressed to BOTH Contract Specialist Claudia Perry at claudia.perry.2@us.af.mil, and Contracting Officer Stacey Lee at stacey.lee.2@us.af.mil.
Attachment 1 – DRAFT Performance Work Statement