- Gap review, remediation roadmap, and implementation support
- Policy package, evidence mapping, and submission prep
- Designed for primes and subs across non-tech and tech work
Chief Joseph Dam (CJD) National Pollutant Discharge Elimination System (NPDES) Laboratory Services - Base plus 4 Option Years
Sources Sought from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: WA. Response deadline: Mar 23, 2026. Industry: NAICS 541380 • PSC B533.
CMMC support options for this DoD solicitation
As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.
- Structured checklist, AI guidance, and progress tracking
- Build evidence and controls with clearer next-step workflows
- Ideal for teams that want speed plus affordability
Market snapshot
Awarded-market signal for NAICS 541380 (last 12 months), benchmarked to sector 54.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 40 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 541380
Description
THIS IS A SOURCES SOUGHT NOTICE.
This notice does not constitute a commitment by the government.
Market research is being conducted to determine interest and capability of potential sources for this requirement. Information gathered from the market will be vital in the information and set aside status of the solicitation. Please note: All contractors doing business with the Federal government must be registered in the System for Award and Management database. This website is as follows: www.saw.gov.
The North American Industry Classification System (NAICS) Code is 541380 (Size Standard: $16.5M) and the PSC is B533 - Special Studies/ Analysis Water Quality.
Please respond by the closing date if you can do the following:
1. Are you capable of satisfying this requirement?
2. Can your firm provide the supplies/ services in compliance with the specifications listed in the PWS/QASP?
3. Does your firm qualigy as a Small Business?
4. Is your company registered and active in the System for Award Management? If so, provide your UEI number and Cage Code.
SEE ATTACHED PWS and QASP for requirement detials. PROJECT OVERVIEW IS PROVIDED BELOW:
Overview:
The Chief Joseph Dam Project is a hydroelectric facility operated by the U.S. Army Corps of Engineers (USACE), Seattle District. The dam is located on the Columbia River at HWY 17 & Pearl Hill Rd, Bridgeport, WA 98813.
The Corps has been issued a National Pollutant Discharge Elimination System (NPDES) permit from the U.S.
Environmental Protection Agency (EPA) Region 10 for the Chief Joseph Dam Project. To ensure the protection of
water quality and human health, this NPDES permit establishes limits on the types and amounts of pollutants that can
be discharged from the Project and requires routine monitoring of discharge points. The Corps is seeking an accredited
laboratory for analytical services to demonstrate compliance with the NPDES permit limits for Oil and Grease. Corps
personnel will conduct all sampling and packaging, and schedule pickup of coolers for delivery of the samples to the
laboratory.
Laboratory Accreditation:
The laboratory shall be accredited in accordance with the National Environmental Laboratory Accreditation
Program (NELAP) or have a current laboratory accreditation with the Washington State Department of Ecology
Environmental Laboratory Accreditation Program for the analyte(s) required in the task(s). If the laboratory cannot
conduct a specific analytical process, they may contract with another laboratory to perform the analysis. All
contractors and subcontractors, if any, shall submit at least one of the above accreditations qualifications/certificates
when submitting their quote per FAR 52.212-2 Evaluation – Commercial Items
OF IMPORTANT NOTE: The laboratory must be located within 200 road miles of Bridgeport, WA.
Work Performance Period
The base year and option years are shown below. Option years may be exercised at the Government’s discretion.
Base year: 01 May 2026 – 30 April 2027
Option year 1: 01 May 2027 – 30 April 2028
Option year 2: 01 May 2028 – 30 April 2029
Option year 3: 01 May 2029 – 30 April 2030
Option year 4: 01 May 2030 – 30 April 2031
SEE ATTACHED PWS and QASP for further specific details and criteria.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.