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
    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
    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
    Increasing capacity on IDIQ W912WJ19D0003
    Dept Of Defense
    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.
    PRESOLICITATION NOTICE FOR INDEFINITE DELIVERY, INDEFINITE QUANTITY, MULTIPLE AWARD TASK ORDER CONTRACT FOR VARIOUS SMALL CONSTRUCTION PROJECTS IN ILLINOIS AND INDIANA
    Dept Of Defense
    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.
    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.
    Environmental Remedial Action Contract
    Dept Of Defense
    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.
    Facility Investment Services for 99th Readiness Division (RD), Region 5
    Dept Of Defense
    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.
    Multimedia Environmental Compliance Services with an Emphasis on Fuel Storage Tanks/Spill, Air Quality, and Waste/Materials
    Dept Of Defense
    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, Spill Management, Air Quality, and Waste/Materials. The contract will encompass a full range of environmental compliance services, ensuring adherence to various federal, state, and local regulations, and will be executed as an Indefinite-Delivery/Indefinite Quantity (IDIQ) contract with firm-fixed price task orders. The total contract value is anticipated to reach a maximum of $45 million over a five-year period, with a minimum guarantee of $50,000, and the Request for Proposals (RFP) is expected to be posted on or around January 7, 2026. Interested firms must register on the Procurement Integrated Enterprise Environment (PIEE) website and the System for Award Management (SAM) database to participate in the procurement process.
    Facility Investment Services for 99th Readiness Division (RD), Region 4C
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Philadelphia District, is seeking qualified small businesses to provide Facility Investment Services for the 99th Readiness Division, Region 4C. The procurement aims to identify capable firms for Preventive Maintenance (PM) and Corrective Maintenance (CM) services, which include maintenance and repair of building exteriors, interior systems, and various infrastructure components. This initiative is crucial for ensuring the sustainment, restoration, and modernization of facilities in West Virginia and Western Virginia, with an estimated five-year ordering period. Interested parties must submit their capability statements and relevant documentation by December 16, 2025, at 5:00 PM EST to Tiffany Chisholm at tiffany.z.chisholm@usace.army.mil, and all employees must meet specific security requirements.
    Environmental Remedial Action Contract
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVFACSYSCOM Atlantic, is seeking qualified small businesses for an Environmental Remedial Action Multiple Award Contract. This procurement aims to address the repair or alteration of restoration of real property, which is critical for environmental remediation efforts. The selected contractors will play a vital role in executing projects that contribute to the restoration of affected sites, ensuring compliance with environmental regulations. Interested parties can reach out to Mary Lassiter at mary.lassiter@navy.mil or call 757-322-4593 for further details regarding this opportunity.
    Draft PWS for the MIOSS Program
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified 8(a) contractors to provide Instructor Operator Support Services (MIOSS) for the Medical Simulation Training Center (MSTC). The contract aims to deliver instructor/operator support for medical training, including teacher-led and scenario-based training for both medical and non-medical personnel, with a focus on sustaining Combat Medic (68W MOS) skills and other tiered medical training. This opportunity is crucial for enhancing the training capabilities of U.S. military personnel and ensuring adherence to medical certification standards. Interested contractors are encouraged to submit questions and comments regarding the Draft Performance Work Statement (PWS) by January 6, 2026, and an Industry Day is planned for the week of January 11, 2026, at Fort Stewart, Georgia. For further inquiries, contact Carly Haning at carly.j.haning.civ@army.mil or Christina Minnon at christina.l.minnon.civ@army.mil.
    IM&T Program, Project, Data Management, Business Intelligence Support Services and Software Development & Sustainment Indefinite Delivery/Indefinite Quantity (IM&T IDIQ)
    Dept Of Defense
    The Department of Defense, through the Washington Headquarters Services (WHS), is seeking qualified vendors for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to provide Program, Project, Data Management, Business Intelligence Support Services, and Software Development & Sustainment for the Defense Security Cooperation Agency (DSCA) Information Management and Technology (IM&T). The contract aims to enhance the digital infrastructure and business systems that support global Security Cooperation, with a focus on Agile/Scaled Agile Program Management and DevSecOps best practices. This initiative is critical for managing IT initiatives, developing and maintaining software, and providing advanced data analytics to support mission-driven decision-making. Interested firms must submit capability statements by January 6, 2026, detailing their relevant experience, with an estimated contract value between $400 million and $500 million over a five-year ordering period. For further inquiries, contact Darrell Joy at darrell.l.joy2.civ@mail.mil or Anaya Porter at anaya.a.porter.civ@mail.mil.