Loading...
W911N226QA018
Response Deadline
May 14, 2026, 4:00 PM(EDT)22 days
Eligibility
Contract Type
Combined Synopsis/Solicitation
Combined Synopsis/Solicitation
General Information
This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with part 12. This announcement constitutes the only solicitation. Offers are being requested and a separate written solicitation will not be issued.
Solicitation number W911N2-26-Q-A018 is issued as a request for quotation (RFQ) for an Indefinite Delivery Indefinite Quantity (IDIQ) with a five (5) year ordering period to perform water and soil testing, on-site observations and process audit to yield complete environmental testing in accordance with the attached Performance Work Statement (PWS) at Letterkenny Munitions Center (LEMC).
This acquisition is set-aside for small business concerns. This solicitation incorporates provisions and clauses by reference. The full text of provisions and clauses may be accessed electronically at www.acquisition.gov.
The Product Service Code (PSC) assigned to this acquisition is F107 - Environmental Systems Protection- Toxic and hazardous Substance Analysis. The North American Industry Classification System (NAICS) code for this acquisition is 541380 – Testing
Laboratories and Services.
This procurement will utilize the solicitation procedures at FAR 12.201-1(c)(1). This announcement combines the presolicitation notice and the RFQ according to 12.202(b). The anticipated award date of this requirement is 01 June 2026.
CLIN Description Price
0001 Ammonium Perchlorate Rocket Motor Destruction (ARMD) Environmental Sampling
Provide all personnel, equipment, tools, materials, supervision, quality control and other items and non-personal services necessary to perform water and soil testing, on-site observations, and process audits to yield complete environmental testing IAW PWS paragraph 5.1 through 5.1.6.6.
Estimated PoP: 01 June 2026 to 31 May 2031
Min Contract Qty: $2,500.00
Max Contract Qty: $750,000.00
Estimated Quantity: 5
Unit of Measure: LOT
*Note: The estimated quantity will be typically serviced in single-unit increments on an as-needed OR ANNUAL basis over a five-year period.
0002 Open Burn/Open Detonation (OBOD) Environmental Sampling
Provide all personnel, equipment, tools, materials, supervision, quality control and other items and non-personal services necessary to perform water and soil testing, on-site observations, and process audits to yield complete environmental testing IAW PWS paragraphs 5.2 through 5.2.9.6.
Estimated PoP: 01 June 2026 to 31 May 2031
Min Contract Qty: $2,500.00
Max Contract Qty: $750,000.00
Estimated Quantity: 5
Unit of Measure: LOT
*Note: The estimated quantity will be typically serviced in single-unit increments on an as-needed OR ANNUAL basis over a five-year period.
0003 CDRLS NSP
The Contractor shall prepare and deliver the data identified in DD1423, Contract Data Requirements Lists (CDRLs) A001 - A004.
Quantity: 4
Unit of Measure: LOT
Not Separately Priced (NSP)
See attached Performance Work Statement (PWS) and Appendices E-1 OBOD Sampling Plan and E-2 ARMDO Sampling Plan.
Delivery & Acceptance Location:
W39Z LETTERKENNY MUNITIONS CENTER
ROUTE 997, VOELZ GATE
CHAMBERSBURG, PA 17201-4150
UNITED STATES
DoDAAC: W25G1R
Lead Time: The Contractor shall perform sampling within thirty (30) calendar days after receipt of order, subject to confirmation by the Technical Point of Contact (TPOC). Sampling results shall be submitted to the Government within ten (10) calendar days following the completion of testing.
F.O.B. Point: Destination
Solicitation Provisions:
52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions
52.204-7 System for Award Management—Registration
52.212-1 Instructions to Offerors—Commercial Products and Commercial Services
52.217-5 Evaluation of Options
52.229-11 Tax on Certain Foreign Procurements—Notice and Representation
52.240-90 Security Prohibitions and Exclusions Representations and Certifications
252.203-7005 Representation Relating to Compensation of Former DoD Officials
252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements
252.204-7024 Notice on the Use of the Supplier Performance Risk System (DEVIATION 2026-O0043)
252.209-7021 Prohibition Relating to Conflicts of Interest in Consulting Services— Certification
252.215-7992 Only One Offer
252.215-7994 – Requirements for Certified Cost or Pricing Data and Data Other Than Certified Cost or Pricing Data
252.215-7996 Notification to Offerors—Postaward Debriefings
252.219-7000 Advancing Small Business Growth
252.225-7000 Buy American—Balance of Payments Program Certificate
252.225-7020 Trade Agreements Certificate
252.225-7035 Buy American—Free Trade Agreements—Balance of Payments ProgramCertificate
252.225-7055 Representation Regarding Business Operations with the Maduro Regime
52.212-2 Evaluation—Commercial Products and Commercial Services
(a) Evaluation factors. The Government will award a contract 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. The following
factors will be used to evaluate offers:
Technical, Past Performance, and Price
(b) Options (if applicable). The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the base requirement. The Government may determine that an offer is unacceptable if the option prices are
significantly unbalanced. The evaluation of options does not obligate the Government to exercise the option(s).
(c) Notice of award. A written notice of award or acceptance of an offer furnished to the successful Offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified
expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
(End of provision)
Addendum to 52.212-2 Evaluation—Commercial Products and Commercial Services
(a) The Government will award a contract 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. The following factors shall be used to evaluate offers:
Entry Gate Criteria
The Offeror must be rated acceptable for the following criteria to proceed to full quotation evaluation:
1. Offeror shall provide proof that the laboratory to be used in the sample analysis is Pennsylvania Accredited by the Commonwealth of Pennsylvania Laboratory Accreditation Program website.
Evaluation Factors
This evaluation will utilize comparative analysis to provide the best value to the Government. Award may be made to other than the lowest priced offer, if the Government determines that a price premium is warranted due to technical merit.
However, the closer the merits of the technical offer are to one another, the greater will be the importance of price in making the award determination. In the event that two or more technical offers are determined technically equivalent and equivalent in past performance, award may be made to the lower priced offer provided the price is reasonable. Responses to this solicitation will be evaluated against the following factors:
Factor 1: Technical
Factor 2: Past Performance
Factor 3: Price
FACTOR 1: Technical.
The Offeror shall provide technical information based off the requirements of the Performance Work Statement (PWS). The information shall provide, at a minimum, the following information:
a. A detailed breakdown of the plan to effectively execute the requirements in the PWS.
b. Establish in writing an understanding of the PADEP approved Environmental Plans:
Subpart X, Appendix E-1 and Appendix E-2. The Appendix E-1 and E-2 will be provided for the Offeror to review and the ability to understand and fulfill the testing requirements.
c. The Offeror must provide proof of qualifications and certifications of the technicians conducting the testing and of the laboratory to be used in the sample analysis is Pennsylvania Accredited by the Commonwealth of Pennsylvania Laboratory Accreditation Program website.
d.Offeror must provide proof of current or past work experience in a similar size and scope in order to collect and analyze the samples according to the PADEP approved Environmental Plans: Subpart X, Appendix E-1 and Appendix E-2. The Appendix E-1 and E-2 will be provided for the Offeror to review and the ability to understand and fulfill the testing requirements.
Mere re-statements of the requirements or statements from the Offeror that the offer is compliant that do not include proof that the Offeror can demonstrate the aforementioned items, are unacceptable.
If the offer is detemined unacceptable in any of the technical evaluation factors or subfactors, the offer may not be considered for award. In addition to the information submitted by offeror, the Contracting Officer may consider other information reasonably related to the evaluation factors, to include the personal knowledge of the competitor's commercial and Government customers and past
performance databases. The Government may consider any other value added benefit offered in its best value determination.
The Contracting Officer may communicate with an offeror at any time during the evaluation without regard to the FAR 15.3 rules concerning competitive range determinations and discussions. The Contracting Officer may also identify the offeror most likely to provide best value and hold negotiations solely with that offeror to finalize the order and/or negotiate more favorable terms for the Government.
Factor 2: Past Performance
The Government will evaluate the Offeror’s record of past and current performance to ascertain the probability of successfully performing the required efforts of the PWS.
a. Offeror must provide proof of current or past work performance in a similar size and scope in order to collect and analyze the samples according to the PADEP approved Environmental Plans: Subpart X, Appendix E-1 and Appendix E-2. The Appendix E-1 and E-2 will be provided for the Offeror to review and the ability to understand and fulfill the testing requirements.
b. Establish in writing an understanding of the PADEP approved Environmental Plans:
Subpart X, Appendix E-1 and Appendix E-2. The Appendix E-1 and E-2 will be provided for the Offeror to review and the ability to understand and fulfill the testing requirements.
c. Offerors shall submit all relevant information on Government and/or commercial contracts for the prime offeror and each major subcontractor, those subcontractors expected to perform twenty (20) percent or more of the effort, in performance or awarded during the past three (3) years, from the issue date of this Request for Quote (RFQ), which are relevant to the efforts required by this RFQ. The Government may consider a wide array of information from a variety of sources but is not compelled to rely on all the information available.
d. Offerors shall include three (3) of the most recent and relevant efforts (with in the past three (3) years) in their quote. Absent any recent and relevant past performance history or when the performance record is so spare that no meaningful confidence assessment rating can be reasonably assigned, the offeror will be assigned an “unknown confidence rating” and its quote will not be evaluated either favorably or unfavorably on past performance. The Government may use data provided by the Offeror in its quote and data obtained from other sources, including data in Government files or data obtained through interviews with personnel familiar with the contractor and their current and past performance under Federal, State or Local Government or commercial contracts for the same or similar services as compared to the North American Industry Classification System (NAICS) 541380. Data used in conducting performance risk assessments shall not extend past three (3) years prior to the issue date of the RFQ but may include
performance data generated during the past three (3) years without regard to the contract award date.
Factor 3: Price.
Offerors must propose on all items. The total evaluated price will be computed by adding the total estimated amount for each item.
Offerors shall complete the pricing schedule with pricing for each Contract Line Item Number (CLIN). The Government may require continued performance under FAR clause 52.217-8, Option to Extend Services. The Government will evaluate the base and option
prices on the basis that the rates will not change if the Government opts to utilize its option per FAR clause 52.217-8 at the end of the base or option during the performance of the contract. Evaluation of the option pricing in this manner shall not obligate the Government to exercise the option.
The Government will evaluate quotes for award purposes by adding the total price for the option to the total price for the base requirement. The Government may determine that a quote is unacceptable if the option price is significantly unbalanced. Evaluation of the option shall not obligate the Government to exercise the option.
(End of addendum)
Contract Clauses:
52.203-3 Gratuities
52.203-6 with Alt I Restrictions on Subcontractor Sales to the Government
52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements
52.204-13 System for Award Management—Maintenance
52.209-6 Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations
52.212-4 Terms and Conditions—Commercial Products and Commercial Services
52.216-18 Ordering
52.216-19 Order Limitations
52.216-22 Indefinite Quantity
52.217-8 Option to Extend Services
52.217-9 Option to Extend the Term of the Contract
52.219-6 Notice of Total Small Business Set-Aside
52.219-8 Utilization of Small Business Concerns
52.219-14 Limitations on Subcontracting
52.219-33 Nonmanufacturer Rule
52.222-3 Convict Labor
52.222-19 Child Labor—Cooperation with Authorities and Remedies
52.222-35 Equal Opportunity for Veterans
52.222-36 Equal Opportunity for Workers with Disabilities
52.222-37 Employment Reports on Veterans
52.222-40 Notification of Employee Rights Under the National Labor Relations Act
52.222-41 Service Contract Labor Standards
52.222-42 Statement of Equivalent Rates for Federal Hires
52.222-44 Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment
52.222-50 Combating Trafficking in Persons
52.222-54 Employment Eligibility Verification
52.222-62 Paid Sick Leave Under Executive Order 13706
52.223-23 Sustainable Products and Services
52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving
52.232-33 Payment by Electronic Funds Transfer—System for Award Management
52.232-40 Providing Accelerated Payments to Small Business Subcontractors
52.233-3 Protest After Award
52.233-4 Applicable Law for Breach of Contract Claim
52.240-91 Security Prohibitions and Exclusions
52.240-93 Basic Safeguarding of Covered Contractor Information Systems
52.244-6 Subcontracts for Commercial Products and Commercial Services
252.203-7000 Requirements Relating to Compensation of Former DoD Officials
252.203-7002 Requirement to Inform Employees of Whistleblower Rights
252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information.
252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (DEVIATION 2024-O0013, Revision 1)
252.204-7022 Expediting Contract Closeout (DEVIATION 2026-O0043)
252.204-7023 Reporting Requirements for Contracted Services
252.204-7997 DoD Assessment Requirements
252.205-7000 Provision of Information to Cooperative Agreement Holders
252.211-7003 Item Unique Identification and Valuation
252.211-7008 Use of Government-Assigned Serial Numbers
252.216-7010 Postaward Debriefings for Task Orders and Delivery Orders
252.219-7996 Small Business Subcontracting Plan (DoD Contracts)
252.223-7008 Prohibition of Hexavalent Chromium
252.225-7001 Buy American and Balance of Payments Program
252.225-7012 Preference for Certain Domestic Commodities
252.225-7021 Trade Agreements
252.225-7036 Buy American—Free Trade Agreements—Balance of Payments Program
252.225-7052 Restriction on the Acquisition of Certain Magnets, Tantalum, and Tungsten
252.225-7056 Prohibition Regarding Business Operations with the Maduro Regime
252.225-7060 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region
252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns
252.227-7990 Technical Data – Commercial Products and Commercial Services
252.227-7997 Validation of Asserted Restrictions on Technical Data.
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports
252.232-7006 Wide Area WorkFlow Payment Instructions
252.232-7010 Levies on Contract Payments
252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel
252.237-7998 Training for Contractor Personnel Interacting with Detainees
252.240-7997 NIST SP 800-171 DoD Assessment Requirements.
252.243-7002 Requests for Equitable Adjustment
252.244-7999 Subcontracts for Commercial Products and Commercial Services
252.247-7023 Transportation of Supplies by Sea
252.247-7028 Application for U.S. Government Shipping Documentation/Instructions
Receipt of quote shall be provided no later than 14 May 2026 at 1200 Eastern Time via email to the Contract Specialist Danielle Rhone at danielle.r.rhone.civ@army.mil and Contracting Officer Bobie Burkett at bobie.j.burkett.civ@army.mil. All responsible sources may submit a quotation which will be considered by the agency.
DEPT OF DEFENSE
DEPT OF THE ARMY
AMC
ACC
ACC-CTRS
ACC RSA
W6QK LAD CONTR OFF
W6QK LAD CONTR OFF
1 OVERCASH AVE KO
BLDG 10
CHAMBERSBURG, PA, 17201-4150
NAICS
Testing Laboratories and Services
PSC
ENVIRONMENTAL SYSTEMS PROTECTION- TOXIC AND HAZARDOUS SUBSTANCE ANALYSIS
Set-Aside
Total Small Business Set-Aside (FAR 19.5)