Environmental Management Systems SATOC IDC
ID: W912BV26S9000Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW076 ENDIST TULSATULSA, OK, 74137-4290, USA

NAICS

Environmental Consulting Services (541620)

PSC

ENVIRONMENTAL SYSTEMS PROTECTION- ENVIRONMENTAL CONSULTING AND LEGAL SUPPORT (F115)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) - Tulsa District, is conducting a Sources Sought announcement for an Indefinite Delivery Contract (IDC) focused on Environmental Management Systems (EMS) and Environmental Program and Data Management (EPDM) consulting services. The objective is to identify firms capable of providing comprehensive support, including planning, implementation, training, and data management, to enhance warfighter readiness and improve government efficiency over a maximum contract capacity of $85 million across a seven-year period. This initiative is crucial for ensuring compliance with various environmental legislative requirements and improving internal processes within the U.S. Armed Forces. Interested firms must respond to the online Survey Monkey questionnaire by 5:00 PM (Central) on December 9, 2025, and can contact Christopher Wright at christopher.t.wright@usace.army.mil or by phone at 918-669-7277 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Army Corps of Engineers (USACE) Southwestern Division (SWD), Tulsa District (SWT), has issued a Sources Sought/Market Research Survey for an Indefinite Delivery Contract (IDC) for Environmental Management System (EMS), also known as Environmental Program and Data Management (EPDM), Consulting and Training Services. This IDC, with a maximum capacity of $85M over seven years, seeks firms capable of providing comprehensive EMS/EPDM support, including planning, implementation, training, and data management, to enhance warfighter readiness and government efficiency. The survey aims to gather information on firms' general capabilities, business arrangements (prime, joint venture, subcontractor), experience with EMS/EPDM services (including past government contracts and project values), execution capacity, and software capabilities, specifically regarding unlimited data rights for the government. NAICS Code 541620, Environmental Consulting Services ($19.0M size standard), applies, and SAM registration with this NAICS code is a prerequisite. The information collected will inform the acquisition strategy.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    A-E Master Planning Services IDC
    Buyer not available
    The U.S. Army Corps of Engineers (USACE) - Tulsa District is seeking qualified architect-engineer firms to provide Master Planning Services through a competitive Firm-Fixed-Price Indefinite Delivery Contract (IDC). The procurement aims to solicit professional, multi-discipline A-E services primarily within military and civil boundaries across Texas, Oklahoma, Louisiana, Arkansas, and southern Kansas, in accordance with relevant regulations and acquisition instructions. These services are crucial for effective regional planning and environmental management, ensuring that the USACE can meet its operational needs. Interested firms, particularly those classified as Small Business, Section 8(a), HUBZone, Service-Disabled Veteran-Owned Small Business (SDVOSB), or Woman-Owned Small Business (WOSB), are encouraged to express their interest and capabilities by contacting Thomas Howard at thomas.howard@usace.army.mil or by phone at 918-669-4389.
    Analytical Services for Environmental Sample Analysis
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Seattle District, is preparing to solicit proposals for analytical services related to environmental sample analysis. The procurement aims to establish a Firm-Fixed Price, Indefinite Delivery Indefinite Quantity (IDIQ) Single Award Task Order Contract (SATOC) to provide chemical analysis of various matrices, including soil, water, and air, in support of hazardous waste and environmental remediation projects across multiple states. The total estimated contract capacity is $825,000 over five years, with a base year and four option years, and the RFP is expected to be released around December 8, 2025. Interested firms must register in the System for Award Management (SAM) and can direct inquiries to Briana Armstrong at briana.l.armstrong@usace.army.mil.
    Multimedia Environmental Compliance Services with an Emphasis on Fuel Storage Tanks/Spill, Air Quality, and Waste/Materials
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Washington, is seeking qualified small businesses to provide Multimedia Environmental Compliance Services, focusing on fuel storage tanks, air quality, and waste/materials management. The procurement aims to ensure compliance with various environmental regulations and policies, encompassing a wide range of services including hazardous waste management, stormwater management, and environmental planning. This Total Small Business Set-Aside contract will be awarded as an Indefinite Delivery/Indefinite Quantity (IDIQ) contract, with a maximum value of $45 million over a five-year period, and the first task order will fulfill a minimum guarantee of $50,000. Interested firms must register on the Procurement Integrated Enterprise Environment (PIEE) website to access the solicitation documents, which are expected to be posted around December 10, 2025; for inquiries, contact Maureen Falaschi at maureen.e.falaschi.civ@us.navy.mil or 202-664-2951.
    Increasing capacity on IDIQ W912WJ19D0003
    Buyer not available
    The Department of Defense, specifically the Army Corps of Engineers New England District, is seeking to increase capacity on the existing IDIQ contract W912WJ19D0003 for environmental support services. The procurement focuses on three main program areas: a Groundwater Treatment Plant Treatability Study at Hanscom Air Force Base in Bedford, MA, a Remedial Investigation for LF004 at the same base, and construction phase services at the Raymark Superfund Site in Stratford, CT. This additional capacity is crucial to ensure the timely completion and maintenance of ongoing environmental remediation efforts. Interested parties can contact Elizabeth Glasgow at elizabeth.k.glasgow@usace.army.mil or Erin Bradley at erin.e.bradley@usace.army.mil for further details.
    Increasing capacity on IDIQ W912WJ18D0007
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W2SD Endist New England office, is seeking to increase capacity under the Indefinite Delivery Indefinite Quantity (IDIQ) contract W912WJ18D0007. This opportunity focuses on acquiring other environmental services, which are crucial for various defense-related projects and environmental management efforts. The work will take place in Brooksville, Maine, and is essential for maintaining compliance with environmental regulations and supporting military operations. Interested parties can reach out to Elizabeth Glasgow at elizabeth.k.glasgow@usace.army.mil or call 978-318-8671 for further details regarding this procurement.
    Environmental Remedial Action Contract
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVFACSYSCOM Atlantic, is seeking proposals for an Environmental Remedial Action Multiple Award Contract aimed at small businesses. This contract will focus on the repair, alteration, and restoration of real property, addressing environmental remediation needs. Such contracts are crucial for maintaining compliance with environmental regulations and ensuring the safety and sustainability of military installations. Interested parties can reach out to Mary Lassiter at mary.lassiter@navy.mil or call 757-322-4593 for further details regarding the procurement process.
    INDEFINITE DELIVERY/INDEFINITE QUANTITY MULTIPLE AWARD CONTRACT FOR MULTIDISCIPLINE ARCHITECT-ENGINEER SERVICES IN SUPPORT OF CONSTRUCTION PROJECTS LOCATED PRIMARILY IN THE NORFOLK DISTRICT AREA OF RESPONSIBILITY (AOR), BUT ALSO NORTH ATLANTIC DIVISION AOR
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is seeking qualified small business architect-engineer firms for an Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Contract to support construction projects primarily within the Norfolk District and North Atlantic Division Areas of Responsibility. The contract will encompass a wide range of multi-discipline architect-engineering services, including planning, design, engineering studies, construction management, and various facility-related projects, with a total shared capacity of approximately $240 million over a five-year base period. Interested firms must be registered in the System for Award Management (SAM) and meet the Small Business Size Standard of $22.5 million under NAICS Code 541330, and they are required to submit a capabilities statement by December 11, 2025, detailing their experience and qualifications, including three example projects and the professional qualifications of key personnel. For further inquiries, firms can contact Dariya Walker at dariya.m.walker@usace.army.mil or Nicholas Lizotte at Nicholas.Lizotte@usace.army.mil.
    Facility Investment Services for 99th Readiness Division (RD), Region 5
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, Philadelphia District, is conducting a Sources Sought Notice (W912BU26RA0R5) to identify qualified small businesses capable of providing Facility Investment Services (FIS) for the 99th Readiness Division, Region 5. The procurement aims to gather market research for preventive and corrective maintenance services, including sustainment, restoration, and modernization of building exteriors, structures, and interior systems such as HVAC, plumbing, and fire protection across Delaware, Maryland, and Eastern Virginia. This initiative is crucial for maintaining operational readiness and ensuring the longevity of facilities, with an anticipated contract duration of five years. Interested offerors must submit their capability statements and relevant past performance information by December 16, 2025, to Tiffany Chisholm at tiffany.z.chisholm@usace.army.mil.
    W9123726QA006 Water Quality Analysis and Testing
    Buyer not available
    The Department of Defense, specifically the Huntington District of the U.S. Army Corps of Engineers, is seeking to procure an Indefinite Delivery Indefinite Quantity (IDIQ) contract for Water Quality Analysis and Testing services. This contract will cover a base period of one year, with the possibility of four additional one-year option periods, commencing from the date of award and extending through September 30, 2030. The services are crucial for ensuring compliance with water quality standards and supporting environmental assessments within the district's jurisdiction. Interested vendors can reach out to Bret Foley at bret.r.foley@usace.army.mil or Philip Davis at philip.s.davis@usace.army.mil for further information regarding the solicitation.
    Mechanical Unloading IDIQ
    Buyer not available
    The U.S. Army Corps of Engineers (USACE), St. Paul District, is planning to solicit a requirement for a Mechanical Unloading Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on unloading dredge material and maintaining navigational channels. This procurement involves providing all necessary labor, materials, and equipment for unloading dredge material from Corps storage sites and dredging the navigational channel using mechanical equipment, with an estimated project value between $10 million and $25 million. The contract will be a Firm, Fixed-Price agreement and is set aside for Total Small Business participation, with the solicitation expected to be issued via SAM.gov. Interested contractors should ensure they are registered in the System for Award Management (SAM) and monitor the SAM.gov website for updates regarding the solicitation and bid submission deadlines. For further inquiries, contact Theodore Hecht at the USACE via email at theodore.r.hecht@usace.army.mil or by phone at 651-290-5415.