U.S. Army Environmental Command (USAEC) Environmental Data Management System (EDMS)
ID: PANHES-24-P-003751Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2V6 USA ENG SPT CTR HUNTSVILHUNTSVILLE, AL, 35806-0000, USA

NAICS

Environmental Consulting Services (541620)

PSC

IT AND TELECOM - NETWORK SUPPORT SERVICES (LABOR) (DG01)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The U.S. Army Environmental Command (USAEC) is seeking proposals for the Environmental Data Management System (EDMS) to support environmental programs across multiple military installations, including Joint Base Lewis-McChord, Fort Hunter Liggett, and Yakima Training Center. The primary objective is to establish a secure and fully functional database portal that enables real-time data management and reporting of water testing results, particularly concerning contaminants like Per- and Polyfluoroalkyl Substances (PFAS). This initiative is crucial for ensuring environmental stewardship and compliance with federal regulations, facilitating transparent communication with stakeholders and decision-makers. Proposals are due by September 23, 2024, with an anticipated contract value between $1 million and $5 million. Interested parties should direct inquiries to Tracey Neal at tracey.neal@usace.army.mil or Robert Marsh at robert.g.marsh@usace.army.mil.

    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines requirements for Environmental Data Management Services for the U.S. Army Environmental Command's West and Pacific Division. The primary objective is to establish an Environmental Data Management System (EDMS) to support environmental programs, particularly for managing data on contaminants like Per- and Polyfluoroalkyl Substances (PFAS) across multiple military installations. This involves data collection related to drinking water and environmental matrices. Significant site-specific efforts include Joint Base Lewis-McChord, Fort Hunter Liggett, and Yakima Training Center, with detailed monitoring of water sources and contamination levels. The EDMS must provide secure, real-time data management capabilities, including project management tools, laboratory data handling, automated reporting, and GIS functionalities. Comprehensive training and support services are required for user onboarding and ongoing operational assistance, along with specific tasks tied to data management and quality assurance. The contract spans one base year, with potential for two optional years, emphasizing the need for adaptation to evolving environmental regulations. Overall, the project underscores the Department of Defense's commitment to maintaining environmental stewardship through effective data management and compliance practices.
    The document outlines the Quality Assurance Surveillance Plan (QASP) and Performance Requirements Summary for contractor performance evaluation in a federal program. It details the government's QA inspection guide, setting standards for performance objectives, measurements, and monitoring. The plan stipulates that contractors must provide facilities, hardware, and support for electronic data management (EDMS O&M) with a minimum availability of 99%, subject to 100% government review prior to payment. Performance metrics are defined, including a satisfactory rating from the Contractor Performance Assessment Reporting System (CPARS), which impacts potential incentives or penalties. Additionally, contractors are tasked with environmental professional support, requiring monthly reports and data management for environmental investigations. They also provide programmatic support for PFAS-specific issues, with all tasks requiring government acceptance for payment. This document serves as a framework for ensuring high-quality contractor performance in compliance with federal standards, crucial for the integrity of government operations and environmental stewardship.
    The U.S. Army Corps of Engineers' Engineering and Support Center, Huntsville, is initiating an acquisition for Environmental Data Management Services (EDMS) to support the U.S. Army Environmental Command (USAEC). This contract, structured as a firm fixed price (FFP), is organized under the NAICS code 541620 and will cover services for two locations in the base year, expanding to three locations in subsequent option years. Offerors must complete a Past/Present Performance Questionnaire to evaluate past contract experiences, submitting it alongside their proposals. The questionnaire includes contractor identification, contract details, performance ratings using a defined scale (e.g., outstanding to unsatisfactory), and qualitative assessments that allow evaluators to detail reasons for the given ratings. This procedure emphasizes contractors' past performance and key personnel effectiveness, ensuring they meet the Army's environmental data management requirements adequately. Overall, the document outlines an essential aspect of the procurement process, prioritizing evaluation metrics that reflect contractor reliability and performance standards.
    The document presents a Request for Proposal (RFP) focused on contractor inquiries related to various components of project specifications, including the Performance Work Statement (PWS) and relevant attachments. It outlines a structured format for addressing questions from potential contractors by referencing specific sections of the RFP, ensuring clarity and thorough communication. The government responses are designed to provide clear guidance and information that will assist contractors in the proposal process. This interaction aims to facilitate understanding, encourage participation, and assure alignment with the government's expectations for the project. Overall, the document serves as a critical component of the procurement process, enabling transparency and supporting informed decision-making by contractors as they prepare their submissions.
    The document outlines various clauses and provisions essential for federal government contracts and RFPs (Requests for Proposals). It incorporates requirements for offeror qualifications, small business participation, labor standards, and cybersecurity safeguards. Key items include regulations on subcontractor relationships, limitations on the payment influence in transactions, and equal opportunity employment practices. It also emphasizes contractor obligations related to government cybersecurity standards and regulations against contracting with specific entities, including those associated with Kaspersky Lab. The provisions ensure that contractors align with federal regulations when delivering commercial products and services. There are clauses specifically addressing the management of contracts, such as options to extend services, provisions for payments, and requirements for reporting executive compensation. The document serves as a comprehensive guideline for compliance in federal procurements, ensuring that federal transactions maintain integrity, promote small business growth, and enforce ethical labor practices while safeguarding sensitive information. This compilation reflects the government's intent to establish clear, enforceable standards for contractors engaged in federal work.
    This document addresses contractor inquiries regarding a new Request for Proposal (RFP) related to environmental data management systems (EDMS) for a government contract. The contract, anticipated to range from $1 million to $5 million, requires the provision of professional services. The government clarified that no current EDMS supports certain military bases, and while a system from a prior contractor, Environmental Synectics Inc., is in use at another site, the specific requirements for this new RFP have been adjusted to allow for a 20-day implementation period post-award instead of the initially suggested 10 days. Questions about the importance of data visualization tools and the possibility of changing NAICS codes were addressed, emphasizing a priority on data management quality over visual capabilities. The response due date has been confirmed as September 23, 2024, with no further extensions due to the time-sensitive nature of the requirement. Overall, the document outlines essential clarifications necessary for prospective contractors to prepare their proposals in accordance with the RFP's criteria.
    The document outlines the Performance Work Statement (PWS) for the provision of Environmental Data Management Services for the U.S. Army Environmental Command's West and Pacific Division. The main objective is to support environmental programs related to compliance, cleanup, and pollution prevention, particularly regarding Per- and Poly-fluoroalkyl Substances (PFAS). Critical services include establishing a secure database portal for managing chemical, geological, and environmental data, which will facilitate real-time data analysis and management across multiple installations, including Joint Base Lewis-McChord, Fort Hunter Liggett, and Yakima Training Center. The contract encompasses operations and maintenance of the Environmental Data Management System (EDMS), supports for environmental professionals at varying experience levels, and advisory services to adapt to evolving regulatory frameworks. It emphasizes the importance of data integrity, cybersecurity compliance, and continuous user training. Additionally, the document specifies deliverables and timelines for implementation, including training sessions and ongoing communication with the Army Corps of Engineers and USAEC. By outlining rigorous data management practices, the PWS seeks to ensure effective environmental stewardship and readiness within the Department of Defense.
    The Department of Defense (DoD) has issued a memorandum outlining a policy for the public disclosure of testing results for per- and polyfluoroalkyl substances (PFAS) in drinking water, following the Fiscal Year 2022 National Defense Authorization Act. The policy mandates that all final testing results for PFAS, whether conducted by DoD or third parties, must be publicly disclosed. Additionally, prior to any PFAS testing in designated "covered areas" — locations nearby military installations — local authorities must be notified. Key requirements include the submission of final testing results within seven days of receipt, along with a monthly summary of completed sampling activities. Notifications must be sent to relevant parties, including public water system managers and municipal government heads, to ensure community awareness. The memorandum emphasizes the importance of transparency in addressing potable water safety concerning PFAS contamination, establishing a consistent approach for public engagement. This policy reflects the DoD's commitment to environmental resilience and public health protection.
    The "Laboratory Electronic Data Deliverable Specification," dated June 14, 2024, outlines the necessary data and format for reporting laboratory results related to environmental sampling under USACE FUDS projects. It specifies various fields, their data types (varchar, numeric, etc.), whether they are required, their positions, and detailed descriptions. Key fields include DISTID for district identification, LOGDATE for the date of sample collection, and PARVAL for parameter values of samples, which include crucial quality control and analytical procedure codes. The document emphasizes the collection and accurate representation of environmental data crucial for compliance and quality assurance in lab results. This specification serves as a guide for laboratories processing environmental samples to ensure data integrity and consistency across projects, reflecting the government's commitment to environmental standards and effective oversight in funding assessment and compliance. The structured approach aids in aligning laboratory data with federal grants and RFPs, facilitating better data management in environmental remediation efforts.
    The U.S. Army Corps of Engineers issued Amendment 01 for a Request for Proposals (RFP) regarding the Environmental Data Management System (EDMS) for the U.S. Army Environmental Command. This combined synopsis/solicitation seeks commercial services under NAICS 541620, with a business size standard of $19 million, aiming for full and open competition with certain small business exclusions. Proposals must be submitted electronically in a specified format, including a Firm Fixed Price structure with detailed labor rates and pricing. Evaluation will follow a Best Value Tradeoff process, emphasizing a technical/management approach, past performance, and pricing, with the technical approach bearing the most weight. Companies must demonstrate the ability to perform tasks outlined in the Performance Work Statement (PWS) and submit documentation confirming their relevant experience. Proposals are due by September 23, 2024, and all inquiries must be directed to the specified contracting officers. The requirements underscore adherence to government regulations and encourage competition, ensuring proposals are assessed for value to the Army’s objectives while maintaining procurement integrity.
    The U.S. Army Corps of Engineers is seeking proposals for the Environmental Data Management System (EDMS) under a solicitation dated September 3, 2024. This combined synopsis/solicitation invites bids for environmental consulting services and emphasizes full and open competition, particularly encouraging small business participation. Proposals must consist of three volumes: a summary and appendices (10 pages), a technical narrative (15 pages), and a price proposal (10 pages), all to be submitted electronically. Evaluation will prioritize the technical/management approach, with stronger proposals rated more favorably despite potentially higher costs. Past performance will be assessed using specific relevancy and confidence ratings. Submissions must detail labor categories, pricing structures, and adhere to a specified format. The contract includes efforts spanning across multiple sites, ensuring compliance with environmental obligations. Bidders must direct questions to designated contract officers and submit final proposals by September 19, 2024, ensuring that all correspondence complies with procurement integrity regulations. This solicitation showcases the Army's commitment to obtaining expert consultancy in managing environmental data effectively and transparently.
    Lifecycle
    Title
    Type
    Similar Opportunities
    USACE IWR HEC-RPT, HEC-EFM Plotter, and HEC-EFM Mapper - Maintenance and Support for HEC Java Software related to Ecosystems
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is seeking proposals for the maintenance and support of its HEC Java software, specifically the HEC-RPT, HEC-EFM Plotter, and HEC-EFM Mapper, which are critical tools for ecosystem management. The contract aims to enhance software capabilities that assist in hydrologic analysis and water resource management, requiring the contractor to provide expertise in software development and civil engineering, evaluate software issues, perform bug fixes, and support field activities. This procurement is significant for advancing the government's water management capabilities while ensuring compliance with quality and operational standards. Proposals are due by September 18, 2024, and interested parties must be registered in SAM and adhere to all solicitation requirements; for further inquiries, contact Bart P. Dziadosz or David A. Kaplan via email.
    FY25 WATER PROGRAM ENVIRONMENTAL COMPLIANCE SUPPORT, FORT EISENHOWER, GA
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army, is seeking qualified contractors to provide environmental compliance support for the FY25 Water Program at Fort Eisenhower, Georgia. The procurement aims to secure a service contract for environmental consulting services, focusing on compliance with regulations such as the Clean Water Act and Georgia’s Environmental Protection standards, while supporting the Directorate of Public Works' Compliance Branch. This contract will span one base year with four potential one-year extensions, requiring on-site personnel to conduct assessments, inspections, and compliance reporting. Interested parties must submit their capability statements electronically by 10:00 EST on September 19, 2024, to the primary contact, Keosha Moss, at keosha.j.moss.civ@army.mil.
    $249M IDIQ MATOC for Environmental Remediation Services (ERS) - Small Business (SB) Set-Aside
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting proposals for a $249 million Indefinite Delivery, Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) focused on Environmental Remediation Services (ERS), specifically set aside for small businesses. This procurement aims to engage up to eight qualified contractors to provide a range of environmental services, including site assessments, hazardous waste treatment, and compliance with environmental regulations such as RCRA and CERCLA, within the Northwestern Division District. The contract emphasizes the importance of effective environmental remediation in safeguarding public health and restoring contaminated sites. Proposals are due by October 9, 2024, at 2:00 PM CST, and interested firms can reach out to Jennifer Gilbreath at jennifer.c.gilbreath@usace.army.mil or Tyler P. Hegge at tyler.hegge@usace.army.mil for further information.
    Meter Data Management System (MDMS)
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army, is seeking proposals for a contract to operate, enhance, and sustain the Meter Data Management System (MDMS) in Huntsville, Alabama. The primary objectives of this procurement include delivering reliable meter data, normalizing energy consumption data across facilities, providing user-friendly tools for energy program managers, and ensuring compliance with applicable laws and regulations. This initiative is crucial for improving energy efficiency within military operations and leveraging advanced technologies to support sustainable energy practices. The contract is a Firm-Fixed Price Indefinite Delivery Contract with a maximum value of $43 million over five years, including one base year and four option years. Interested parties should contact Benjamin Hoell at benjamin.g.hoell@usace.army.mil or call 978-318-8084, with proposals due by September 17, 2024.
    Environmental Testing Services Contract at Various U.S. Navy, Marine Corps, Army and Air Bases and Facilities throughout NAVFAC Far East Area of Responsibility
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Far East, is soliciting proposals for Environmental Testing Services at various U.S. Navy, Marine Corps, Army, and Air Force bases within the NAVFAC Far East area of responsibility. The contract aims to ensure compliance with federal environmental regulations and address potential hazards at military installations, emphasizing the importance of thorough environmental assessments and testing. Interested contractors are encouraged to review the Performance Work Statement and submit inquiries via the provided Question & Answer form, with key deadlines and requirements outlined in the solicitation documents. For further information, prospective offerors can contact Yuka Kondo at yuka.kondo.ln@us.navy.mil or Ross Yamato at ross.w.yamato.civ@us.navy.mil.
    Presolicitation Synopsis for the Indefinite-Delivery, Indefinite-Quantity (IDIQ), Multiple-Award Task Order Contract (MATOC) pool for Nationwide Environmental Remediation Services (ERS) primarily focused on Heavy Metals Remediation in Support of ARIMD
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Louisville District, is preparing to issue a Request for Proposal (RFP) for an Indefinite-Delivery, Indefinite-Quantity (IDIQ), Multiple-Award Task Order Contract (MATOC) pool focused on Nationwide Environmental Remediation Services, primarily targeting Heavy Metals Remediation in support of the Army Reserve Installation Mission Directorate (ARIMD). The procurement aims to award up to five contracts, each with a five-year ordering period, under the NAICS code 562910 for Environmental Remediation Services, with a total contract capacity not exceeding $245 million. This initiative is critical for addressing environmental concerns related to heavy metals, ensuring compliance with environmental regulations, and supporting military readiness. Interested contractors should prepare for the anticipated solicitation release in the fourth quarter of FY24 and can direct inquiries to Kurt Egner at kurt.m.egner@usace.army.mil or by phone at 502-315-7050.
    $49M Small Business Environmental Remediation Services SATOC - East
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Omaha District, is seeking qualified small businesses to provide Environmental Remediation Services under a $49 million Indefinite Delivery/Indefinite Quantity (ID/IQ) Single Award Task Order Contract (SATOC). The contract will focus on Military Munitions Response Program capabilities and will support operations across the Continental United States, Alaska, Hawaii, and U.S. Territories, with a primary emphasis on the eastern half of the United States. This procurement is critical for addressing environmental remediation needs, ensuring compliance with federal regulations, and safeguarding public health and safety. Interested parties must submit proposals by the revised deadline of October 7, 2024, and can direct inquiries to Michelle Alcover-Montalvo at michelle.m.alcover@usace.army.mil or by phone at 803-413-6056.
    SUBSCRIPTION - EBSCO Upgrades and Additions
    Active
    Dept Of Defense
    The Department of the Army, through the U.S. Army Corps of Engineers (USACE), is seeking to award a contract for the upgrade of its subscription to EBSCO Publishing's Business Source database services. This procurement aims to enhance access to the Business Source Ultimate database and additional EBSCO resources, including collections in business, engineering, architecture, and management, which will support USACE personnel in conducting comprehensive research and staying updated on relevant content through personalized alerts. The initiative underscores USACE's commitment to improving information services and resource access to bolster mission performance, with the base period of performance set from September 30, 2024, to September 29, 2025, and an option for one additional year. Interested firms that believe they can meet the requirements are encouraged to contact Erroll T. Foster at erroll.t.foster@usace.army.mil or Parker Condit at parker.condit@usace.army.mil within 15 days of this notice.
    Environmental Security Technology Certification Program (ESTCP) - Environmental Technology Demonstrations Broad Agency Announcement (BAA) for Accelerated Climate Adaptation in Key DoD Geographies
    Active
    Dept Of Defense
    The Department of Defense, through the Environmental Security Technology Certification Program (ESTCP), is inviting proposals for innovative technology demonstrations aimed at addressing environmental requirements within the DoD. This Broad Agency Announcement (BAA) seeks to fund projects that demonstrate and validate technologies with proven laboratory results, ultimately enhancing defense readiness and sustainability by reducing costs associated with environmental restoration and energy management. Interested parties must submit detailed proposals by 2:00 p.m. Eastern Time on October 3, 2024, with an anticipated funding amount of approximately $8 million for multiple awards. For further inquiries, contact Aimee Johnson at aimee.n.johnson@usace.army.mil or Shannon Benson at Shannon.N.Benson@usace.army.mil.
    Engineering and Construction Management Services for Various Civil Works, Environmental, Department of Energy and Military Projects assigned to the Huntington District, US Army Corps of Engineers, Great Lakes and Ohio River Division
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers' Huntington District, is seeking qualified small business sources to provide engineering and construction management services for various civil works, environmental, Department of Energy, and military projects. The procurement aims to identify firms capable of delivering specialized training and experience in nuclear and environmental engineering, as well as construction disciplines, for multi-million dollar projects, including decommissioning and environmental remediation efforts. This opportunity is critical for ensuring the effective management and execution of complex engineering tasks across multiple districts, with a potential contract value of approximately $18 million over one year. Interested firms must submit their qualifications electronically to Leslie Rowe at leslie.a.rowe@usace.army.mil by the close of business on September 30, 2024.