Environmental Services Blanket Purchase Agreement Justification
ID: 49100425K0006Type: Special Notice
Overview

Buyer

NATIONAL SCIENCE FOUNDATIONNATIONAL SCIENCE FOUNDATIONDIV OF ACQ AND COOPERATIVE SUPPORTALEXANDRIA, VA, 22314, USA

NAICS

Engineering Services (541330)

PSC

SUPPORT- PROFESSIONAL: PROGRAM EVALUATION/REVIEW/DEVELOPMENT (R410)
Timeline
    Description

    The National Science Foundation (NSF) is seeking to establish a Blanket Purchase Agreement (BPA) with Jacobs Engineering Group Inc. for environmental compliance services, valued at $10 million over five years. The procurement aims to support NSF's obligations under various environmental laws, including the National Environmental Policy Act (NEPA) and the Endangered Species Act, by providing services such as documentation preparation, analyses, studies, and assistance with public meetings. This BPA is justified based on Jacobs' existing expertise with NSF projects, which mitigates potential inefficiencies and increased costs associated with transitioning to a new contractor. Interested parties can contact Jonathan Schmeelk at jschmeel@nsf.gov for further details.

    Point(s) of Contact
    Jonathan Schmeelk
    jschmeel@nsf.gov
    Files
    Title
    Posted
    The National Science Foundation (NSF) is seeking approval for a Justification for Other Than Full and Open Competition to establish a Blanket Purchase Agreement (BPA) with Jacobs Engineering Group Inc. for environmental compliance services. This acquisition aims to help NSF fulfill its obligations under various environmental laws, including NEPA and the Endangered Species Act, and to facilitate consultation with Indigenous communities. The BPA is valued at $10 million over five years and will provide services such as document preparation, analyses, studies, and public meeting assistance related to environmental compliance. The justification for selecting Jacobs stems from its existing expertise with NSF projects, highlighting concerns that transitioning to a new contractor would lead to increased costs and degraded quality. Historical costs incurred for previous environmental reviews underscore the inefficiencies that would arise from changing contractors. Although alternative providers exist, NSF believes that current inefficiencies do not warrant competitive solicitation. Future opportunities for competitive action will be assessed as necessary. The document concludes with certifications from the environmental compliance officer and contracting officer regarding the accuracy and fair pricing of the services.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Limited Sources Justification for ServiceNow
    National Science Foundation
    The National Science Foundation (NSF) is seeking services to operate, maintain, and enhance its Customer Relationship Management (CRM) tool, currently utilizing ServiceNow. The procurement aims to ensure the effective tracking of requests from grant seekers, which is critical for maintaining the integrity of the NSF's merit review process. These services will include error correction, issue resolution, and rapid problem-solving to support NSF's mission over an estimated six-month period. Interested vendors can reach out to Kimberly Fields at kfields@nsf.gov or Brandon Harrell at bharrell@nsf.gov for further details regarding this opportunity.
    Chemical Analyses of Environmental Samples for Dredged Materials, Blanket Purchase Agreement, US Army Corps of Engineers, New England District, Concord, MA
    Dept Of Defense
    The U.S. Army Corps of Engineers, New England District, is seeking contractors to establish a Blanket Purchase Agreement (BPA) for chemical analyses of environmental samples related to dredged materials. The primary objective is to conduct physical and chemical analyses of soil, sediment, and water samples to support dredge material suitability determinations and assess potential environmental impacts for various navigation and planning projects. This BPA will cover an indefinite quantity of services over a 36-month period, with a master limit of $250,000 and individual BPA calls not exceeding $25,000. Interested vendors must have an active registration in SAM.gov and can expect the solicitation documents to be available around December 29, 2025. For further inquiries, vendors may contact Jennifer M. Samela at jennifer.m.samela@usace.army.mil or by phone at 978-318-8324.
    Forest Inventory and Analysis BPA Suite
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking qualified contractors for the Forest Inventory and Analysis (FIA) Blanket Purchase Agreement (BPA) Suite. This initiative aims to enhance scientific and technical knowledge related to the inventory and analysis of the Nation's forests, focusing on collecting and reporting data about forest extent, content, and condition across 24 states. The FIA program is crucial for providing timely and credible information to various stakeholders, including policymakers and natural resource agencies, and requires contractors to demonstrate technical qualifications through past performance and capability assessments. Interested contractors must respond to the Sources Sought Notice to be considered for the BPA, with contact inquiries directed to Gayle Geiger at gayle.geiger@usda.gov or by phone at 470-705-0968.
    National Snow and Ice Data Center (SIDAAC) - JOFOC
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration is seeking to procure services related to the National Snow and Ice Data Center (SIDAAC) as part of its Earth Observing System Data and Information System (EOSDIS). The objective of this procurement is to support interdisciplinary research that examines the interactions among various Earth systems, including the atmosphere, oceans, ice sheets, and land surfaces, thereby enabling scientists to measure global climate changes and inform decision-making for government and organizations worldwide. The SIDAAC plays a crucial role in advancing NASA's Earth science programs, which are vital for understanding climate dynamics. Interested parties can reach out to Carlos E. Natera at carlos.natera@nasa.gov or by phone at 301-614-6996 for further information.
    NAP Environmental Services Single Award Task Order Contract
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the NAP Environmental Services Single Award Task Order Contract, aimed at providing environmental consulting services related to marine and navigable waterways in support of the USACE Philadelphia District. This procurement involves a single-step best value source selection tradeoff with full and open competition for an Indefinite Delivery Contract, which will facilitate task orders that may be required on short notice across a five-state area, including Delaware, Pennsylvania, New Jersey, Maryland, and New York. The services are critical for maintaining and assessing environmental conditions within the Delaware River Basin and may also extend to other Corps Districts within the North Atlantic Division. Interested contractors can reach out to Brian Cox at brian.w.cox@usace.army.mil or Cherita Williams at cherita.l.williams@usace.army.mil for further details.
    Support for Evaluating and Conducting Computational and Alternative Toxicological Methods for the National Institute of Environmental Health Sciences
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institute of Environmental Health Sciences (NIEHS), is seeking proposals from small businesses to support the evaluation and conduct of computational and alternative toxicological methods. The objective of this procurement is to assist NIEHS in chemical hazard and risk assessment while minimizing the use of animal testing, focusing on areas such as population variability, developmental neurotoxicity, and carcinogenicity. This contract, which is a Cost-Plus-Fixed-Fee type, has a base period of performance from June 1, 2026, to May 31, 2027, with nine additional one-year options and a potential six-month extension. Proposals are due by December 19, 2025, and must be submitted electronically via the NIH eCPS website; interested parties can contact Jason Williams at jason.williams2@nih.gov or Lisa Schaupp at lisa.schaupp@nih.gov for further information.
    Next Space Technologies for Exploration Partnerships -3 (NextSTEP-3) Omnibus
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration is initiating the Next Space Technologies for Exploration Partnerships-3 (NextSTEP-3) Omnibus, aimed at fostering partnerships to advance technologies for human space exploration, particularly for lunar and Mars missions. This initiative invites proposals for studies, research, and technology development that align with NASA's Moon to Mars exploration strategy, with a focus on enabling long-term human presence throughout the solar system. The Omnibus is effective from September 27, 2024, to September 26, 2029, and will issue specific solicitations through BAA Appendices detailing research opportunities, eligibility criteria, and funding ranges, with awards potentially starting below $100K and exceeding several million dollars based on project scope. Interested parties can reach out to the NASA ESDMD Moon to Mars Program Office at HQ-NextSTEP-BAA@mail.nasa.gov for further information.
    F--Limited Sources Justification posting for BPA Order 140L0625F0156.
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is issuing a special notice regarding a Limited Sources Justification for a sole-source contract with Environmental Management and Planning Solutions Inc (EMPSi) for Planning and NEPA Services related to a Resource Management Plan Revision and an Environmental Impact Statement. This procurement aims to leverage EMPSi's unique expertise and previously developed tools, which are critical for addressing new directives and pending litigation concerning energy and critical minerals in North Dakota. The justification for this sole-source contract is based on the significant cost and time implications of duplicating EMPSi's work, which could result in an estimated additional expense of $350,000 and a six-month delay in project completion. For further inquiries, interested parties may contact Shawn Haubner at shaubner@blm.gov.
    KNIME Data Science Platform Renewal
    Health And Human Services, Department Of
    The National Institute of Environmental Health Sciences (NIEHS), part of the Department of Health and Human Services, intends to negotiate a sole source contract for the renewal of the KNIME Data Science Platform. This procurement involves a 12-month license for KNIME Business Hub products, which are uniquely suited to meet the specific software requirements of the NIEHS. The software is critical for data science applications within the agency, and the government has determined that only KNIME INC can fulfill this need. Interested parties that believe they can meet these requirements may submit a capability statement to Joseph Williams at joseph.williams2@nih.gov by December 17, 2025, at 12:00 PM EST, although this is not a solicitation for quotes.
    F--Southeast Fisheries Observer Programs
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking proposals for the Southeast Fisheries Observer Programs and Platform Removal Observer Program through an indefinite delivery indefinite quantity (IDIQ) contract. The procurement aims to secure qualified observers to collect critical environmental, biological, and fisheries data to support marine resource management and conservation efforts. This contract, valued at a maximum of $24,837,381.52, includes both Firm Fixed Price and Time and Materials components, emphasizing the importance of scientific integrity and compliance with various regulations. Interested small businesses must submit their proposals, including past performance questionnaires, by January 10, 2026, with inquiries directed to Carina Topasna at Carina.Topasna@noaa.gov or by phone at 206-526-6350.