Opportunity

SAM #W912EF26RSS20

USACE Seeks Water Quality Testing Services for Lucky Peak Dam & Lake, Idaho

Buyer

USACE Walla Walla District

Posted

March 27, 2026

Respond By

April 06, 2026

Identifier

W912EF26RSS20

NAICS

541380

The U.S. Army Corps of Engineers, Walla Walla District, is seeking qualified contractors to provide comprehensive water quality testing services at Lucky Peak Dam and Lake in Idaho. - Government Buyer: - U.S. Army Corps of Engineers, Walla Walla District (Contracting Division) - Place of performance: Lucky Peak Dam & Lake, including Robie Creek, Macks Creek, Barclay Bay, and the Lucky Peak Administrative Office - Products/Services Requested: - Bi-weekly E. Coli water sampling and laboratory testing at Robie Creek shoreline access area (approx. 10 samples/year) - Quarterly coliform testing at one public drinking water system and two private wells (Macks Creek, Barclay Bay, Lucky Peak Admin Office) (approx. 12 samples/year) - Annual nitrate testing at the same three locations (approx. 3 samples/year) - As-needed coliform testing and resampling (approx. 6 samples/year) - All personnel, equipment, certified laboratory services, and timely reporting to the Contracting Officer Representative - Unique/Notable Requirements: - Contractor must provide certified laboratory testing per Idaho State Code - Results must be reported within one day; violations require notification within two hours - Strict safety, security, and quality control standards apply - Contractor must demonstrate capability, experience, and provide feedback on the Performance Work Statement (PWS) - No specific OEMs or named vendors are identified; open to qualified testing laboratories - NAICS code: 541380 (Testing Laboratories) - Period of performance: Base year plus four option years (potential five-year contract)

Description

The U.S. Army Corps of Engineers, Walla Walla District, is seeking business sources for a service requirement entitled: "Lucky Peak Dam Water Quality Testing" for award of a base contract plus four option years. This is scheduled to be issued as a Firm Fixed Price Service Contract. The North American Industry Classification System (NAICS) code for this project is 541380 and the associated small business size standard is $19,000,000. 

This sources-sought announcement is a tool to identify businesses with the capability to accomplish the work. This is not a solicitation. Only those firms who respond to this announcement by submitting the following information will be used in determining whether to set aside this requirement. 

SUBMISSION REQUIREMENTS FOR RESPONSES TO THIS SOURCES SOUGHT SYNOPSIS:

(1) Your intent to submit a quote, bid, or proposal for this project when it is formally advertised.

(2) Name of firm with address, phone and point of contact.

(3) CAGE Code, UEI number or a copy of your System for Award Management (SAM) information.

(4) Provide a statement of your firm’s business size with regards to the NAICS code listed above. 

(5) Statement of Capability (SOC) stating your skills, experience, knowledge, and equipment required to perform the specified type of work.

(6) Please provide a statement if work is expected to be subcontracted for these services and identify the subcontractor(s), if applicable.

(7) Please provide feedback on the attached PWS. Does your firm have any comments or suggestions that you would like to share with the Government? The PWS is subject to change. 

---

Capabilities package/response submittal must be received no later than 11:00 AM Pacific Time on 06 April 2026.  Any information submitted is voluntary. Submit this information to Mary Seiner via email to Mary.L.Seiner@usace.army.mil

View original listing