B--NT-25-X12, ENVIRONMENTAL SENSITIVITY STUDY PHASE 2
ID: 140M0125Q0018Type: Presolicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF OCEAN ENERGY MANAGEMENTACQUISITION MANAGEMENT DIVISIONSTERLING, VA, 20166, USA

NAICS

Environmental Consulting Services (541620)

PSC

SPECIAL STUDIES/ANALYSIS- ENVIRONMENTAL ASSESSMENTS (B510)
Timeline
    Description

    The Department of the Interior, specifically the Bureau of Ocean Energy Management, is seeking to award a sole source contract to EcoQuants LLC for the Environmental Sensitivity Study Phase 2 (NT-25-X12). This study aims to develop offshore Environmental Sensitivity Indices and interactive mapping products to support the National Oil and Gas Leasing Program across all Outer Continental Shelf Planning Areas. The project, which is expected to last four years, builds on EcoQuants' foundational work from Phase 1, leveraging their unique expertise and established methodologies to ensure compliance with environmental regulations by 2025. Interested vendors may submit capability statements by July 22, 2025, although EcoQuants is currently the only qualified source for this contract. For further inquiries, contact Stephanie Brock at stephanie.brock@bsee.gov or call 703-787-1151.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Department of the Interior, Bureau of Safety and Environmental Enforcement (BSEE), intends to award a sole-source firm fixed price Purchase Order to EcoQuants LLC for the Environmental Sensitivity Study for the National Oil and Gas Program: Phase 2 (NT-25-x12). This study aims to develop offshore Environmental Sensitivity Indices (ESIs) and spatially explicit interactive mapping products across all Outer Continental Shelf (OCS) Planning Areas to support BOEM's National Oil and Gas Leasing Program. The four-year project builds on EcoQuants' prior foundational work, which established methodologies and technical frameworks for environmental analysis. Their unique expertise and existing infrastructure will expedite the generation of critical data needed for compliance with environmental laws and program execution by 2025. The notice invites other sources to submit capability statements if they believe they can meet the requirements; however, EcoQuants' unparalleled knowledge of the project makes them the only source capable of fulfilling the contract efficiently. All responses must be submitted by July 22, 2025, to the designated contracting officer.
    The Bureau of Safety and Environmental Enforcement within the Department of the Interior seeks to award a sole source contract to EcoQuants LLC for the Environmental Sensitivity Study under the National Oil and Gas Program: Phase 2. The study aims to develop offshore Environmental Sensitivity Indices and interactive mapping products for BOEM's Outer Continental Shelf Planning Areas. This contract, expected to last four years, follows initial work conducted by EcoQuants in Phase 1, which established the foundational methodology and technical groundwork for the project. The justification for sole sourcing is based on EcoQuants' unique qualifications and their extensive knowledge acquired during Phase 1, which cannot be replicated by other vendors without incurring significant delays and costs. Market research indicates that no other potential contractors possess the necessary expertise or understanding of the specific frameworks in place. To ensure transparency, a pre-solicitation notice will invite other interested vendors to submit their proposals, although EcoQuants is the only qualified source for this phase of the project. The anticipated cost will be assessed for fairness and reasonableness through various market analysis techniques.
    Lifecycle
    Title
    Type
    Similar Opportunities
    HEARING CONSERVATION PROGRAM
    Interior, Department Of The
    The Bureau of Safety and Environmental Enforcement (BSEE) within the Department of the Interior is seeking proposals for a Hearing Conservation Program that includes on-site audiometric testing for approximately 300 employees in the Gulf of America Region. The program aims to provide comprehensive services such as audiometric testing, training, fitting of hearing protection devices, and employee notifications, ensuring compliance with OSHA regulations. The contract has a base performance period from February 1, 2026, to January 31, 2027, with an option for an additional year, and quotations are due by January 5, 2026, at 5:00 PM EST. Interested vendors can reach out to Bradford Kelly at bradford.kelly@bsee.gov or call 703-787-1149 for further inquiries.
    Notice of Intent to Sole Source - Shoreline Mapping Support
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), has issued a Notice of Intent to Sole Source for Shoreline Mapping Support services. This procurement involves modifications to existing contracts to increase the maximum ordering value of the National Geodetic Survey's multiple-award indefinite delivery/indefinite quantity (IDIQ) contracts for Architect-Engineer Shoreline Mapping Services. These services are crucial for the accurate mapping and management of shoreline areas, which play a significant role in environmental monitoring and coastal management efforts. Interested parties can reach out to Michael J. Williams at Michael.J.Williams@noaa.gov or (757) 441-3434, or Nicole Lawson at Nicole.Lawson@noaa.gov or (757) 441-6879 for further details.
    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.
    R--OFO Oil and Gas Data Subscription
    Interior, Department Of The
    The Bureau of Land Management (BLM), New Mexico State Office, intends to award a sole source contract to Enverus, Inc. for an Oil and Gas Data Subscription, aimed at enhancing regulatory compliance and resource management in Oklahoma, Kansas, and Texas. The subscription-based platform will provide comprehensive oil and gas data, including production details, drilling permits, and facility locations, while integrating with ARCGIS ONLINE and offering customer support and training. This data is crucial for federal government operations and will be used exclusively for official business. Interested parties may submit capabilities statements to Lashondra Hubbard at lhubbard@blm.gov by December 19, 2025, at 08:00 AM CT, with the procurement governed by FAR 13.106-1(b)(1).
    FAR 13.5 Sole Source with Bloomberg Finance L.P.
    Energy, Department Of
    The U.S. Department of Energy (DOE) is seeking to engage Bloomberg Finance L.P. through a sole source contract under FAR 13.5, specifically for management support services related to data collection for the Energy Information Administration (EIA). This procurement is justified as an exception to full and open competition, indicating the specialized nature of the services required, which are critical for the DOE's data management and analysis efforts. The contract aims to ensure the continuity and reliability of data services that support energy policy and decision-making processes. Interested parties can reach out to Katherine Bowen at katherine.bowen@hq.doe.gov for further details regarding this opportunity.
    Notice of Intent to Single Source to Elemental Scientific, Inc
    Commerce, Department Of
    The Department of Commerce's National Oceanic and Atmospheric Administration (NOAA) intends to negotiate a sole source contract with Elemental Scientific, Inc. for the annual preventative maintenance and emergency repairs of the ESI PrepFAST IC Automated Speciation System used at the National Seafood Inspection Laboratory (NSIL) in Pascagoula, MS. This specialized equipment is crucial for the laboratory's role in detecting and confirming metals contamination in seafood, aligning with FDA standards for food safety. The estimated contract value is $88,725 over three years, and interested parties may submit a Capability Statement by 5:00 PM EST on December 26, 2024, to the Contracting Officer, Suzanne Johnston, at Suzanne.Johnston@noaa.gov.
    R--Geospatial Support Services for OTS - DRIS
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs (BIA), is seeking qualified contractors to provide Geospatial Support Services for the Office of Trust Services - Division of Resource Integration and Services (DRIS). The objective of this procurement is to enhance IT system modernization and data integration through Geographic Information Systems (GIS), which will support natural resource management on Indian lands and facilitate economic analyses. This opportunity is a 100% Indian Small Business Economic Enterprise (ISBEE) set-aside, with a contract period starting from January 15, 2026, to January 14, 2027, and includes four option years extending through January 14, 2031. Interested parties must submit their quotes by December 31, 2025, and direct any questions to Nancy Shah at Nancy.Shah@bia.gov by December 9, 2025.
    Notice of Intent to Sole Source to Independent Commodity Intelligence Services
    Energy, Department Of
    The U.S. Department of Energy (DOE) is issuing a Notice of Intent to Sole Source to Independent Commodity Intelligence Services for a procurement related to the Energy Information Administration (EIA). This requirement is justified under the Federal Acquisition Regulation (FAR) 13.5, which allows for simplified procedures for one source, indicating that the services or products are uniquely available from this vendor. The procurement is categorized under the PSC code T099, which pertains to other photo/map/print/publication services, highlighting the specialized nature of the goods or services sought. For further inquiries, interested parties can contact Katherine Bowen at katherine.bowen@hq.doe.gov.
    19--Notice of Intent for Sole Source - boat outfit
    Interior, Department Of The
    The U.S. Department of the Interior, specifically the U.S. Fish and Wildlife Service, has announced its intent to award a sole source contract to William E. Munson Company for the outfitting of a boat that was previously purchased under contract 140F0S24F0052. This outfitting is necessary to ensure compliance with warranty and manufacturer guarantees, as well as to maintain the overall operability of the boat frame. The procurement is critical for ensuring the functionality and reliability of the vessel, which is categorized under the Boat Building industry (NAICS code 336612) and involves combat ships and landing vessels (PSC code 1905). Interested parties who disagree with the sole source determination may submit their arguments and capability statements by 10:00 PM Pacific Time on December 22, 2025. For further inquiries, contact Robert Sung at robertsung@fws.gov or call 503-872-2825.
    D--Special Notice of Intent to Sole Source Award
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) intends to award a sole source contract to TransUnion Risk and Alternative Data Solutions, Inc. for continued access to the TLOxp platform, which is essential for investigative operations within the Office of Law Enforcement (OLE). This contract, valued at a firm fixed price with a base year and four option years, aims to modernize the procurement process while ensuring ongoing access to the proprietary TruLookup suite of investigative solutions that provide critical intelligence on individuals and businesses. Interested parties who believe they can meet the requirements are invited to submit a statement of capabilities to Lorenzo Aragon at lorenzoaragon@fws.gov, with no telephone inquiries accepted. The total contract value is expected to be under $250,000, and submissions must be made in writing as specified.