THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. THIS IS NOT A SOLICITATION AND SHOULD NOT BE CONSTRUED AS SUCH. No proposals are being requested or accepted with this RFI. No contract shall be awarded as a result of this RFI. No reimbursement will be made for any costs associated with providing information in response to this RFI or any follow up requests.
The purpose of this RFI is to invite comments from the industry regarding the DRAFT Performance Work Statement (PWS) and DRAFT Price Schedule. Both large and small business firms are encouraged to respond to this RFI.
This RFI constitutes a market research tool for the collection and analysis of information to determine the current capabilities and capacity of the overall industry for environmental analytical testing and independent data validation services consistent with the attached Draft PWS.
Responses will be used by the Government to make appropriate acquisition planning decisions and inform development of the final PWS. All projects are subject to the availability of funds.
The U.S. Army Corps of Engineers (USACE), Seattle District (NWS) anticipates soliciting and awarding one (1) Indefinite Delivery Indefinite Quantity (IDIQ) Single Award Task Order Contract (SATOC) for Environmental Analytical and Data Validation Services.
The North American Industry Classification (NAICS) code for the work is 541380 Testing Laboratories Services, with a small business size standard of $19M.
BRIEF DESCRIPTION OF THE DRAFT PERFORMANCE WORK STATEMENT (PWS):
The attached Draft PWS is a current working draft only. Should a solicitation be issued in the future, the final PWS may incorporate significant changes.
The anticipated IDIQ is intended to consist of a five (5) year period (one base year and four option years) with a capacity of $1,000,000 for the life of the contract. Work anticipated under this procurement will consist of analytical/testing laboratory services to provide chemical analysis and validation in variety of matrices (e.g., soil, water, sediment, air, and chemical products). No sampling is included in the scope of this requirement. Interested firms would have capabilities to provide professional scientific and technical services to perform chemical analysis and physical testing pursuant to Federal, State, County, and local laws and regulations.
Department of Defense (DOD) Environmental Laboratory Accreditation Program (ELAP) accreditation and other state accreditations (as necessary) will be required.
The actual sampling will be performed by other parties using sample containers provided by the laboratory. All samples will be packed and shipped directly to the laboratory for testing. Samples will primarily be from various locations throughout Washington, Oregon, Idaho, and Montana.
Independent data verification and validation of laboratory results will be required. This portion of the scope will not be split out as a separate requirement. This involves a subcontractor performing full data validation (2A, 2B, or 4) and verification against criteria established within the DOD General Data Validation Guidelines, analytical method, or other method as required by the task order.
Contract deliverables will consist of a PDF laboratory report, PDF validation report, and a validated Staged Electronic Data Deliverable uploaded to the appropriate database as needed.
Please use the attached DRAFT PWS and DRAFT Price Schedule for your comments.
SUBMITTAL REQUIREMENTS:
Firms should submit responses with the requested company information and answers to the questions that follow.
I. Firm Information:
- Firm Name.
- Point of Contact Information (Name, title, email, and phone number).
- Firm’s Website.
- Commercial and Government Entity Code Number (CAGE) or Unique Entity Identifier (UEI) from SAM.gov.
- Firm’s Primary North American Industry Classification System (NAICS) code(s).
- Whether the Firm is classified as a Small Business (include any socioeconomic designations) or a Large Business (Other Than Small Business) under NAICS 541380.
- Firm’s Joint Venture Information, if applicable.
II. Regarding the testing and data validation included in the Draft PWS:
- Do you believe that the testing included represents a realistic representation of what is available and feasible in the current marketplace? If not, please include any unrealistic and/or unfeasible testing.
- Does your firm currently perform each of the testing methods listed, or would some need to be subcontracted to another firm? If subcontracting is necessary, what specific tests or types of tests, and what approximate percentage of the requested methods would be subcontracted?
- What impacts could subcontracting have on contract performance, proposal considerations, and/or costs?
- Are there any specific testing or testing methods included that are a cause for concern? If so, why?
- Should a solicitation be issued; would your firm have any concerns about submitting a proposal including pricing for all testing methods and data validation levels for the base year and all four option years? If so, please explain.
III. Regarding the overall scope and performance requirements:
- Are the overall requirements an accurate representation of current market capabilities? If not, in what way?
- Do you believe the PWS includes any unrealistic or overly cumbersome requirements? If so, what are they and why? What changes could be made to address these concerns?
- Are there any potential difficulties to be fully compliant with the Draft PWS? If so, include any relevant information.
- Although this is NOT a solicitation, would your firm be interested in submitting a proposal for the current Draft PWS should one be issued in the future? If not, why?
- Do you have any additional input, comments, or concerns beyond those discussed above?
Respondents may also contact Briana Armstrong at briana.l.armstrong@usace.army.mil with questions or to discuss this RFI. Responses to questions will also be made available publicly as an amendment to this RFI after the response deadline.
Submission of interest is not a prerequisite to any potential future offerings, and no feedback or evaluations will be provided to companies regarding their submissions.
Responses to this RFI must be submitted no later than 14:00, Pacific Daylight Time, on 25 July 2025. Email responses to Briana Armstrong, Contract Specialist, at briana.l.armstrong@usace.army.mil. Please reference “RFI W912DW25RFI191A” in the subject line.
Office Small Business Programs POC: Ms. Enshané Nomoto, cenws-sb@usace.army.mil