Skip to main content

An official website of the United States government

You have 2 new alerts

Chemical Testing Services IDIQ

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Presolicitation (Original)
  • Original Published Date: Jan 20, 2022 09:44 pm EST
  • Original Response Date: Feb 07, 2022 02:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: H999 - OTHER QC/TEST/INSPECT- MISCELLANEOUS
  • NAICS Code:
    • 541380 - Testing Laboratories
  • Place of Performance:

Description

The US Army Corps of Engineers, New York District (NYD) intends to issue a solicitation package seeking to award one Indefinite Delivery Indefinite Quantity (IDIQ) contract for the Chemical Testing of Dredged Material.

The IDIQ contract would consist of the sampling and testing of dredged material following procedures described in the 2016 US Army Corps of Engineers New York District/EPA Region 2 Guidance for Performing Tests on Dredged Material Proposed for Ocean Disposal (aka Regional Testing Manual) (http://www.nan.usace.army.mil/Portals/37/docs/regulatory/Formdoc/FINAL_NYD-R2_REGIONAL_TESTINGMANUAL-APRIL%202016.pdf) and the 1991 EPA/USACE, Evaluation of Dredged Material Proposed for Ocean Disposal (aka the Green Book) (https://www.epa.gov/sites/production/files/2015-10/documents/green_book.pdf), including subsequent updates to these two documents.

There will be additional work for sampling and testing of dredged material proposed for upland placement following the procedures described in the October 1997, New Jersey Department of Environmental Protection (NJDEP) technical manual entitled “The Management and Regulation of Dredging Activities and Dredged Material in New Jersey’s Tidal Waters” (http://www.nj.gov/dep/passaicdocs/docs/NJDOTSupportingCosts/DREDGING-NJ%20MANUAL-1997.pdf) and in the November 2004, New York State Department of Environmental Conservation (NYSDEC) manual, entitled “Technical & Operational Guidance Series (TOGS) 5.1.9 In-Water and Riparian Management of Sediment and Dredged Material”, https://www.dec.ny.gov/docs/water_pdf/togs519.pdf, including subsequent updates to these two documents.

Task orders would include all or some of the following: sediment and water collection (on contractor supplied ship); sample handling, processing, and shipping; physical and chemical analyses (e.g., sediment, water, and tissue analyses); QA/QC procedures, and necessary corrective actions. Reports containing the sampling logs, all testing results, and QA/QC information in a format required by the New York District Corps of Engineers (NYD) would have to be provided by the contractor for each task order. All sampling would be performed within the Port of New York & New Jersey, all Federal Navigation Channels within New York District, the length of the Hudson River, and in the Atlantic Ocean at the Historical Area Remediation Site (HARS) and its Mud Dump Reference Site. 

In addition to sampling and testing for ocean placement, NYD also requires that contractors be capable of performing testing procedures such as the Synthetic Precipitation Leaching Procedure (SPLP), the Toxicity Characteristic Leaching Procedure (TCLP), and the Modified Elutriate Test (MET), which are required for upland placement of dredged material in the states of New York and New Jersey.

The Period of Performance will be  Base Year and (4) optional years from the issuance of the Notice to Proceed (NTP).  The contract magnitude will be between $5 Million and $10 Million – up to $2,000,000 for the base year and up to $1,500,000 for each of the four option years. 

Competition for this acquisition will be 100% Unrestricted Full and Open Competition with award to the lowest bidder who has currently (within the last 18 months) demonstrated to EPA, Region 2, through submission of actual data, that they are capable of performing work in our program.  A bidder will be considered to have demonstrated they are capable of performing work in our program if we have documentation from EPA, Region 2 (within the last 18 months) stating that the laboratory has submitted data that is fully acceptable, or acceptable with qualification, or that they have satisfied DOC requirements for the NYD/EPA, Region 2 dredged material testing program. 

Contact Information

Contracting Office Address

  • KO CONTRACTING DIVISION 26 FEDERAL PLAZA ROOM 16 300
  • NEW YORK , NY 10278-0004
  • USA

Primary Point of Contact

Secondary Point of Contact

History