Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 25, 2025 SAM #8704
SOLICITATION NOTICE

B -- Water Monitoring at Osceola Ranger District in Florida

Notice Date
9/23/2025 12:24:26 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
USDA-FS, CSA EAST 3 Atlanta GA 303092449 USA
 
ZIP Code
303092449
 
Solicitation Number
12444125R0014
 
Response Due
9/25/2025 9:00:00 AM
 
Archive Date
10/10/2025
 
Point of Contact
Tina Pettyjohn, David Mitchell
 
E-Mail Address
tina.pettyjohn@usda.gov, david.mitchell@usda.gov
(tina.pettyjohn@usda.gov, david.mitchell@usda.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is Amendment 0004 to this solicitation. The proposal due date is changed to Thursday, September 25, 2025 @ 1200PM EST via to the Contract Specialist, Tina Pettyjohn via email Tina.Pettyjohn@usda.gov. When emailing your proposal please ensure the Subject Line reads: ""Proposal for Solicitation 12444125R0014 - Osceola Water Monitoring"". Additionally, the Government responses to additional clarification questions are provided below in bold ink. A) Sampling plan & locations Sample points: For each system, please confirm the exact sampling taps/points. � Are bacteriological and chlorine residual samples to be collected from a designated spigot/tap (post-treatment, representative of distribution) or from source/surface water (e.g., a pond/lake) where applicable? The samples will be taken from a spigot/tap. Please specify by system and by sample type. It is the responsibility of the contractor to determine the testing needs for each system. Each system must meet the minimum requirements as determined by Florida Department of Environmental Protection (FDEP). Bacteriological Sample Siting Plan (BSSP): Will USFS provide the current BSSP for each PWS and the Limited-Use system, or should the contractor update/create it? This will be provided to the awardee. Who approves changes? All systems are registered with FDEP and all testing is set by them. Repeat/E. coli responses: If a routine sample is total coliform-positive, how many repeat and upstream/downstream samples are expected and who pays for resampling? FDEP sets these requirements; If it is a raw sample, it needs 1 repeated test and if it is a water line break, we will need 4. USFS will pay for the resampling with a Government Purchase Card (GPC). Field methods: Any state or USFS-preferred brands, calibration requirements, or QA sheets? The USFS does not have any preferred brands, Calibration requirements are the FDEP standard. B) Operations, compliance & reporting Reporting portals & timelines: Which portals (FDEP/DOH) and formats for submitting results and monthly logs? Required due dates each month? The reports are emailed to the DEP business Portal, Monthly reports are due by 10th of the following month. Historical docs: Can you share the last sanitary survey, recent violations/notices, and any open corrective actions for each system? Accessed through DEP and on site in a three-ring binder and can be accessed to the awardee. Emergency response: Define response expectations (e.g., notification within X hours for acute issues; on-site within Y hours). Maintenance performed by USFS, samples conducted within 24 hours C) Logistics & site access Access/keys/gates: Who issues keys/codes and escorts (if any)? Keys will be provided to the awardee. Are escorts needed? No, escorts are not needed. Hours of access. What are the hours of access? 8:00-5:00 Any closures or seasonal operations we should plan around? There are no seasonal closures. //END// This is Amendment 0003 to this solicitation. The proposal due is changed to Wednesday, September 24, 2025 @ 1200PM EST via to the Contract Specialist, Tina Pettyjohn via email Tina.Pettyjohn@usda.gov. When emailing your proposal please ensure the Subject Line reads: ""Proposal for Solicitation 12444125R0014 - Osceola Water Monitoring"". Additionally, the Site Visit is rescheduled for Friday, September 19, 2025. Please contact the Contacting Officer Representative (COR) Christopher Cason, christopher.cason@usda.gov or 386-752-2577 for location and details. Responses to additional clarification questions that were received, will be posted via Amendment 0004 when available. No further questions or extensions will be entertained. //END// This is Amendment 0002 to this solicitation. The proposal due date remains the same for Thursday, September 18, 2025 @ 1200PM EST via to the Contract Specialist, Tina Pettyjohn via email Tina.Pettyjohn@usda.gov. When emailing your proposal please ensure the Subject Line reads: ""Proposal for Solicitation 12444125R0014 - Osceola Water Monitoring"". We received the below questions and the Government responses are provided below. As the operator who would be performing the requested services, it is important for us to evaluate the actual well sites and systems. Would it be possible to schedule an inspection of the facilities. Yes, a Site Visit is now scheduled for Tuesday, September 16 @ 1:30PM EST. Please contact the Contacting Officer Representative (COR) Christopher Cason, christopher.cason@usda.gov or 386-752-2577 for location details. Chlorine Purchase Costs � Could you please confirm whether the proposal should include the total chlorine purchase for the full five-year contract term within the final cost, or if it is acceptable to show chlorine as a separate line item for costs incurred? Price proposals should be broken out by year (base plus each individual option year). Within each year, offerors are welcome to breakout that year�s total in any fashion that properly articulates their business proposal. The below Amendment 0001 to this solicitation was posted September 11, 2025. The proposal due date is changed to Thursday, September 18, 2025 @ 1200PM EST to the Contract Specialist, Tina Pettyjohn via email Tina.Pettyjohn@usda.gov. When emailing your proposal please ensure the Subject Line reads: ""Proposal for Solicitation 12444125R0014 - Osceola Water Monitoring"". Additionally, below are the responses to two questions that were received. 1. Could you confirm the anticipated award date for this contract? The anticipated award date is the week of Sept 22nd, if all goes according to plan. 2. Regarding the requirement for Operation & Maintenance manuals�are there existing documents available for the current systems, or will the contractor be expected to prepare entirely new manuals and SOPs? The O&M manuals already exist no need to recreate. //END// The below original solicitation was posted August 25, 2025. Attached is the Combined Synopsis/Solicitation for this Osceola Water Monitoring project, as well as all attachments. Proposals are due Thursday, September 11, 2025 @ 1200PM EST to the Contract Specialist, Tina Pettyjohn via email Tina.Pettyjohn@usda.gov. When emailing your proposal please ensure the Subject Line reads: ""Proposal for Solicitation 12444125R0014 - Osceola Water Monitoring"". Address questions about this solicitation to the Contract Specialist, Tina Pettyjohn via email Tina.Pettyjohn@usda.gov NLT September 2, 2025 at 12PM EST. When sending emails please ensure the Subject Line reads: ""Question(s) for Solicitation 12444125R0014 - Osceola Water Monitoring"". CONTRACTORS MUST SUBMIT THE FOLLOWING DOCUMENTS (proposals may be deemed unresponsive if these documents are not provided at the time proposals are due): 1) Attachment 1 � Schedule of Items (SOI) 2) Attachment 5 � FAR Clauses That Requires a Response: a. FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment b. FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation c. FAR 52.209-7 Information Regarding Responsibility Matters d. FAR 52.212-3 Offeror Representations and Certifications � Commercial Products and Commercial Services e. FAR 52.222-22 Previous Contracts and Compliance Reports f. Employment of Eligible Worker-Workforce Certification 4) Attachment 6 � Relevant Experience Questionnaire Periodically, please check back to SAM.gov under solicitation 12444125R0014 for possible updates //END//
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/248b06e3b2254bd3aa8c00e2ba526dcc/view)
 
Place of Performance
Address: FL, USA
Country: USA
 
Record
SN07600919-F 20250925/250923230041 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.