- 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
Drinking Water Sampling Services within US Army Garrison Fort Buchanan
Sources Sought from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: Fort Buchanan, Puerto Rico • 00934. Response deadline: Apr 03, 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.
Point of Contact
Agency & Office
More in NAICS 541380
Description
Sources Sought Announcement for
1. General Information Drinking Water Sampling Services within US Army Garrison Fort Buchanan
• Agency: Mission and Installation Contracting Command (MICC)
• Location: Fort Buchanan, Puerto Rico
• Classification Codes:
NAICS: 541380 - Testing Laboratories and Services (Small Business Size Standard: $19 million)
PSC: B533 Special Studies/Analysis- Water Quality
2. Description of Requirement
The MICC-Fort Buchanan is seeking qualified sources to provide contracted works to support services in connection with Drinking Water Sampling Services at Fort Buchanan, Puerto Rico within US Army Garrison Fort Buchanan. Work to be performed shall be described in the Statement of Work, Technical Specifications, and Drawings. The scope of work is detailed in the attached draft Performance Work Statement (PWS).
3. Purpose of this Notice
This Sources Sought is for market research and informational purposes only. It is NOT a solicitation (e.g., RFQ, RFP) and does not constitute a commitment by the Government. The purpose is to identify qualified businesses, particularly those in one or more of the following SBA Certified socioeconomic categories, capable of performing the required services:
• HUBZone
• Woman-Owned Small Business (WOSB)
• Service-Disabled Veteran-Owned Small Business
4. Submission Requirements
Interested parties must have the following certifications and are requested to submit the certifications along with a capabilities statement that demonstrates the ability to perform the services described. Certifications/Accreditation Required:
CERTIFICATION 1: Vendor must be locally certified by the Puerto Rico Department of Health (PRDOH) as an accredited and certified laboratory to perform sampling and testing
in compliance to local and federal laws and regulation, conforming to Puerto Rico Drinking Water Program and PRDOH Hygiene Laboratory Certification Program, the latest Drinking Water Analysis Methods, and Safe Drinking Water Act (SDWA) federal requirements as delegated to state.
CERTIFICATION 2: Puerto Rico Department of Health Microbiology Drinking Water Laboratory Certification, in accordance with the requirements of the "Manual for the Certification of Laboratories Analyzing Drinking Water, PROOH-016-8-90, Revision 15", and the "Protocol for the Use of Water Supply Performance Evaluation Samples in the Drinking Water Laboratory Certification Program, PROOH-016-5-92, Revision 8.0"
CERTIFICATION 3: Puerto Rico Department of Health Chemistry Testing Laboratory Certification, in accordance with the requirements of the "Manual for the Certification of Laboratories Analyzing Drinking Water, PRDOH-016-8-90, Revision 15", and the "Protocol for the Use of Water Supply Performance Evaluation Samples in the Drinking Water Laboratory Certification Program, PRDOH-016-6-92 Revision 8.0".
CERTIFICATION 4: National Environmental Laboratories Accreditation, in accordance to NELAC Institute (TNI) 2016 standard, the national basis for accrediting environmental testing laboratories and in conformance to the Puerto Rico Department of Health Laboratory Proficiency Program and the requirements of the "Manual for the Certification of Laboratories Analyzing Drinking Water, PRDOH-0168-90, Revision 15", and the "Protocol for the Use of Water Supply Performance Evaluation Samples in the Drinking Water Laboratory Certification Program, PRDOH-016-6-92 Revision 8.0".
ACCREDITATION 1: Environmental Testing Laboratory Accreditation, in conformance to ISO (International Organization for Standardization) and IEC (International Electrotechnical Commission) 17025:2017, and contingent upon successful on-going compliance with the NELAC Standards.
The capability statement must include the following information:
• Company Profile:
• Business Name and Address
• CAGE Code and Unique Entity ID (UEI)
• Point of Contact (Name, Title, Phone, and Email)
• Business Size and all applicable Socioeconomic Statuses
• Technical Capability:
• A summary of similar projects completed in the past, detailing the scope and complexity of the work.
• A description of the specific technical skills your company possesses to perform the required tasks.
• If subcontracting or teaming is anticipated, describe the management structure and the capabilities of the proposed partners.
• Documentation supporting claims of organizational and staff capabilities.
5. Anticipated Contract Details
• Contract Type: Firm-Fixed-Price (FFP)
• Period of Performance: The Government anticipates a Base Period of one year plus four (4) one-year option periods.
• Anticipated Award: 4th Quarter of Fiscal Year 2026.
6. Response Instructions
• Deadline: Responses must be received no later than April 3, 2026, at 10:00 AM Atlantic Standard Time (AST).
• Submission: All responses must be submitted via email to harvey.odom.civ@army.mil.
• Attachments: A draft PWS is attached for review.
7. DISCLAIMER
THIS IS NOT A SOLICITATION. THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR THE PREPARATION OF RESPONSES. ANY INFORMATION SUBMITTED IS STRICTLY VOLUNTARY AND WILL NOT BE RETURNED. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE SOLICITATION, IF ONE IS ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE SYSTEM FOR AWARD MANAGEMENT (SAM.GOV). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR SAM.GOV FOR FURTHER INFORMATION. NO PHONE CALLS WILL BE ACCEPTED
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.