Program and Training Support for the Army Office of the Deputy Chief of Staff, G-9, Installation Services – Environment (ISE)
ID: W9127825L0015Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW074 ENDIST MOBILEMOBILE, AL, 36602-3630, USA

NAICS

All Other Professional, Scientific, and Technical Services (541990)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 28, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 31, 2025, 12:00 AM UTC
  3. 3
    Due Apr 15, 2025, 7:00 PM UTC
Description

The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified contractors to provide program and training support for the Army Office of the Deputy Chief of Staff, G-9, Installation Services – Environment (ISE). The procurement aims to establish an Indefinite Delivery/Indefinite Quantity Contract (ID/IQ) to deliver technical expertise in environmental programs, regulatory compliance, and training for Army personnel across various commands. This initiative is crucial for enhancing the Army's operational readiness and ensuring compliance with federal regulations. Interested contractors must submit their capabilities and relevant business classifications by April 15, 2025, and can direct inquiries to Katie Niles at katie.niles@usace.army.mil or Benjamin Neely at benjamin.m.neely@usace.army.mil.

Files
Title
Posted
Mar 31, 2025, 10:04 PM UTC
The U.S. Army Corps of Engineers has issued a Sources Sought Notice (W91278-25-L-0015) to gather market research on contractors capable of providing program and training support for the Army Office of the Deputy Chief of Staff, G-9, Environmental Services (ISE). The primary focus is on seeking contractors for an Indefinite Delivery/Indefinite Quantity Contract (ID/IQ) to assist with technical expertise in environmental programs supporting various Army commands. Key services required include programmatic and project-level planning and support, regulatory compliance assistance, training for soldiers and civilians, and the production of training materials. Additionally, contractors may be needed to provide software, web support, and limited hardware associated with these services. Potential bidders must submit detailed information about their business capabilities, experience, and classifications as small or disadvantaged businesses by April 15, 2025. This notice emphasizes that it serves purely as a market research tool and does not imply a solicitation or contract award. The overall goal is to identify qualified contractors to enhance the Army's environmental program and training initiatives, thus facilitating improved operational readiness and compliance with federal regulations.
Similar Opportunities
Civil Design IDC/IDIQ
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) San Francisco District, is seeking information from industry regarding a potential Indefinite Delivery Contract/Indefinite Quantity (IDC/IDIQ) for civil design services. The procurement aims to support various Civil Works activities, including wetland restoration, flood control, and environmental studies, requiring a broad range of engineering and construction services. This opportunity is crucial for ensuring adequate competition among potential contractors, particularly within the small business community, as the total contract capacity is estimated at $45 million over a performance period of up to five years. Interested firms must submit their statements of capability by May 5, 2025, to Lisa Ip at lisa.i.ip@usace.army.mil, and must be registered in SAM.gov to be eligible for contract awards.
W912DY25RA021 previously W912DY25R0003 IOT IV Sources Sought
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is seeking contractor capabilities for the Initial Outfitting and Transition Facilities Support Services (IO&T FSS IV) to support the Military Health System (MHS) in establishing new and renovated healthcare facilities. The procurement aims to gather market research and assess contractor qualifications for services including project management, interior design, equipment planning, transition planning, and post-occupancy evaluations, which are critical for ensuring that healthcare facilities meet operational needs. This initiative is anticipated to have a capacity of approximately $720 million and invites both small and large businesses to participate, with responses due by April 29, 2025. Interested contractors should direct inquiries to Sharleene Davidson or Kijafa Johnson-Cooper via the provided email addresses.
Sources Sought for Architect-Engineer Design Services for Civil Works Projects (U.S. Army Corps of Engineers, Kansas City District)
Buyer not available
The U.S. Army Corps of Engineers (USACE), Kansas City District, is seeking qualified architect-engineer firms to provide civil works design services for various projects, including military installations and hazardous waste missions. The procurement aims to establish a Multiple-Award, Indefinite-Delivery Indefinite-Quantity (IDIQ) Task Order contract, with a total capacity limit of $95 million, to support a range of civil design services such as flood risk management, eco-restoration, and engineering support. Interested firms are encouraged to submit a capabilities package by May 7, 2025, to Contract Specialist Erick Ottoson at erick.s.ottoson@usace.army.mil, with a copy to Contracting Officer Laura Hedrick at laura.l.hedrick@usace.army.mil, as this notice serves as a market survey and is not a request for proposals.
Architectural & Engineering Services in Support of Real Property Planning, Programming & Management Support IV
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking qualified architectural and engineering firms to provide comprehensive support for real property planning, programming, and management. The objective of this procurement is to gather market information to identify firms capable of delivering services such as facility assessments, master planning, asset management, and economic analyses for various military and government installations worldwide, with an estimated total program capacity of $550 million. These services are crucial for ensuring effective facility management and compliance with federal regulations across both domestic and international sites. Interested firms must submit their qualifications and relevant experience by May 5, 2025, via email to the designated contacts, Jasmine McCullough and LaShonda Smith, as no hardcopy submissions will be accepted.
GSL Support Services Contract
Buyer not available
The Department of Defense, specifically the U.S. Army Engineer Research and Development Center (ERDC), is seeking proposals for the GSL Support Services Contract, aimed at providing technical and administrative support for various research and development activities in civil and military engineering. The contract will be structured as an Indefinite Delivery Indefinite Quantity (IDIQ) with a five-year ordering period and a total capacity of $20 million, focusing on tasks such as conducting technical reviews, laboratory experiments, and logistical support across multiple fields including structural dynamics and materials science. Interested contractors must maintain a DOD SECRET Facility Clearance and demonstrate relevant experience and qualifications, with proposals evaluated based on Technical Capability, Past Performance, and Price. For further information, potential offerors can contact Janalyn Dement at Janalyn.H.Dement@usace.army.mil or Christy Love at Christy.J.Love@usace.army.mil, with proposals due as specified in the solicitation documents.
Northwestern Division Regional $245 million Pre-placed Remedial Action Contract Indefinite Delivery / Indefinite Quantity Multiple Award Task Order Contract
Buyer not available
The Department of Defense, through the Department of the Army's W071 Endist Seattle office, is announcing a presolicitation for a $245 million Pre-placed Remedial Action Contract, which will be structured as an Indefinite Delivery/Indefinite Quantity Multiple Award Task Order Contract. This procurement aims to secure remediation services under the NAICS code 562910, focusing on environmental systems protection and environmental remediation. The contract is particularly significant for addressing environmental concerns and ensuring compliance with federal regulations. Interested parties, especially those eligible under the 8(a) set-aside program, are encouraged to reach out to Shawna West at shawna.m.west2@usace.army.mil or Curt Stepp at curt.stepp@usace.army.mil for further details, as outlined in the attached pre-solicitation notice.
PRESOLICITATION NOTICE FOR INDEFINITE DELIVERY, INDEFINITE QUANTITY, MULTIPLE AWARD TASK ORDER CONTRACT FOR VARIOUS SMALL CONSTRUCTION PROJECTS IN ILLINOIS AND INDIANA
Buyer not available
Presolicitation Notice for Indefinite Delivery, Indefinite Quantity, Multiple Award Task Order Contract for Various Small Construction Projects in Illinois and Indiana The Department of Defense, specifically the Department of the Army, through the Chicago District of the U.S. Army Corps of Engineers, is planning to procure an Indefinite Delivery Indefinite Quantity Contract for Various Small Construction Projects in Illinois and Indiana. This contract will include one ordering period lasting two years, with a maximum aggregate value of $25,000,000.00. The construction projects will involve various elements such as potable water supply and storage, stormwater detention, treatment and distribution systems, sanitary, storm, and water pipeline installation and lining, drainage structures, pump and lift stations, wastewater treatment and water treatment system upgrades, supervisory control and data acquisition (SCADA), and site restoration including pavements, curb and gutter, sidewalks, seeding, and sodding. The work will be issued through negotiated firm-fixed price task orders, and the contractor will be responsible for providing all supervision, labor, supplies, and materials necessary for the completion of the tasks. The contract(s) will be awarded to small business concerns that submit proposals conforming to the solicitation and are within a technical/price competitive range. The evaluation factors include Technical Approach, Past Performance, and Price. Interested offerors must register with the System for Award Management (SAM) and the DoD Procurement Integrated Enterprise Environment (PIEE) to access the solicitation and submit proposals. The solicitation documents will be available in the fourth quarter of fiscal year 2024. To be eligible for award, the offeror must be registered in the System for Award Management (SAM). The Point of Contact for this acquisition is Ericka Hillard at (312) 846-5378 or ericka.d.hillard@usace.army.mil. The contracting office for this procurement is the USACE Chicago District, located at 231 SOUTH LaSALLE STREET, SUITE 1500, Chicago, IL 60604. The solicitation number to be referenced in all correspondence is W912P624R0010.
C--US AFCEC NEPA/EA/EIS MATOC
Buyer not available
The Department of the Interior is issuing a presolicitation notice for a Multiple Award Indefinite Delivery/Indefinite Quantity (ID/IQ) Task Order Contract to provide Environmental Impact Statement (EIS) and Environmental Assessment (EA) services for the U.S. Air Force Civil Engineer Center (AFCEC). This contract aims to support nationwide environmental programs focused on conservation and environmental planning, requiring firms to demonstrate expertise in NEPA processes, including evaluating environmental impacts and managing public communications. The total contract ceiling is set at $100 million over a five-year period, with qualifications due via Form SF 330 by May 10, 2025. For inquiries, interested parties may contact Xanthe Otterstedt at xantheotterstedt@ibc.doi.gov or call 703-914-3719.
USACE Forest Services MATOC
Buyer not available
The U.S. Army Corps of Engineers (USACE) is seeking qualified contractors for a Multiple Award Task Order Contract (MATOC) focused on forest management services, specifically vegetative maintenance projects across Illinois, Wisconsin, Iowa, and Missouri. The procurement aims to assist USACE with various forestry tasks, including planting, herbicide application, and invasive species management, to enhance ecological conditions and promote sustainable land use practices. This initiative is critical for effective natural resource management and aligns with broader governmental goals of environmental preservation. Interested parties must submit their proposals by May 26, 2025, with a maximum contract value of $9.5 million over a five-year performance period. For further inquiries, contact Bradley Grothus at bradley.j.grothus@usace.army.mil or Jeffrey R. Voss at Jeffrey.R.Voss@usace.army.mil.
Commercial Utility Program (CUP) Sources Sought
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking qualified contractors to provide technical support services for the Army Utilities Program (AUP) and the Army Energy Program. The contractor will be responsible for policy development, program management, utility evaluations, technical analyses for system upgrades, and support for utility privatization efforts, with a focus on enhancing energy efficiency and compliance with federal standards. This opportunity is crucial for ensuring effective utility management across various Army installations, including locations in Alaska, Hawaii, and Puerto Rico. Interested firms must submit their qualifications by 12:00 p.m. Central Time on May 7, 2025, to Nicholas Sloan at Nicholas.R.Sloan@USACE.Army.Mil, and must be registered in the System of Award Management (SAM) to be considered for the contract.