C--US AFCEC NEPA/EA/EIS MATOC
ID: 140D0425R0054Type: Presolicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEDEPARTMENTAL OFFICESIBC ACQ SVCS DIRECTORATE (00004)HERNDON, VA, 20170, USA

NAICS

Engineering Services (541330)

PSC

ARCHITECT AND ENGINEERING- GENERAL: OTHER (C219)
Timeline
  1. 1
    Posted Apr 11, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 11, 2025, 12:00 AM UTC
  3. 3
    Due May 12, 2025, 8:00 PM UTC
Description

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 xanthe_otterstedt@ibc.doi.gov or call 703-914-3719.

Point(s) of Contact
Files
Title
Posted
Apr 11, 2025, 7:09 PM UTC
The Department of the Interior (DOI) is issuing a presolicitation notice for Environmental Impact Statement (EIS) and Environmental Assessment (EA) services on behalf of the U.S. Air Force Civil Engineer Center (AFCEC). This contract, open to all qualified firms, will support nationwide environmental programs involving conservation and environmental planning. It will be awarded as a Multiple Award Indefinite Delivery/Indefinite Quantity (ID/IQ) Task Order Contract, with a ceiling of $100 million over a five-year period. The selected firms must demonstrate competence in EA and EIS processes under the National Environmental Policy Act (NEPA). Key services will include evaluating environmental impacts, conducting analyses on airspace, noise, and cultural resources, and managing project-related public communications. Selection criteria prioritize specialized experience, technical competence, past performance, capacity to perform, and geographic proximity. Interested firms are required to submit their qualifications via Form SF 330 by May 10, 2025. Questions related to the contract must be submitted in writing 14 days after posting the notice. This initiative emphasizes the government's commitment to environmental responsibility while ensuring equitable distribution of work among contractors, including small and disadvantaged businesses.
Lifecycle
Title
Type
Presolicitation
Similar Opportunities
Environmental Services IDIQ
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers Wilmington District, is seeking qualified contractors for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for Environmental Services. The procurement aims to provide a comprehensive range of environmental consulting services, including compliance with federal environmental regulations, restoration, conservation, and pollution prevention, primarily in North Carolina and Virginia, with potential work extending to other southeastern states. This contract, which includes a base year and four option years, is crucial for ensuring environmental compliance and management for various projects undertaken by the Corps and its customers. Interested firms must respond by May 2, 2025, with their qualifications and capabilities to the designated contacts, Diana Curl and Rosalind M. Shoemaker, via email, and must be registered in the System for Award Management (SAM) to be eligible for award.
INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT FOR ARCHITECT-ENGINEER SERVICES FOR UTILITY ENGINEERING, UTILITY INFRASTRUCTURE MANAGEMENT, UTILITY OPERATION AND MAINTENANCE, AND UTILITY MANAGEMENT SERVICES WORLDWIDE
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command Atlantic (NAVFACSYSCOM ATLANTIC), is seeking qualified architect-engineer firms for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on utility engineering, infrastructure management, operation and maintenance, and management services worldwide. The contract aims to provide essential services related to utility systems, including electricity, water, wastewater, and natural gas, with a total potential fee of $80 million and a guaranteed minimum of $10,000 over a one-year base period plus four optional years starting in February 2026. Interested firms must demonstrate their qualifications through a completed SF 330 form, highlighting their specialized experience and commitment to small business subcontracting, with final submissions due by May 16, 2025. For further inquiries, potential bidders can contact Jamie Oyelowo at jamie.l.oyelowo.civ@us.navy.mil or Edward Flint at edward.d.flint.civ@us.navy.mil.
Environmental Restoration Architect Engineering IDIQ
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command Northwest (NAVFAC NW), is seeking qualified small business architect-engineer firms for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on Environmental Restoration services. This procurement aims to address environmental projects primarily in Washington and Alaska, with a total contract value not exceeding $45 million over a potential duration of 66 months. The selected firms will be evaluated based on criteria including specialized experience, professional qualifications, past performance, and management capacity, emphasizing the importance of compliance with federal regulations and effective project management. Interested parties must submit their completed SF-330 packages electronically by April 28, 2025, and can direct inquiries to Solomon Ocansey at solomon.a.ocansey.civ@us.navy.mil or Kimberly Gillette at kimberly.a.gillette4.civ@us.navy.mil for further information.
INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT FOR ARCHITECT-ENGINEER SERVICES FOR ARCHITECTURAL PROJECTS AT VARIOUS LOCATIONS UNDER THE COGNIZANCE OF NAVAL FACILITIES ENGINEERING SYSTEMS COMMAND, PACIFIC
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command, Pacific, is seeking qualified architect-engineer firms for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on architectural projects at various locations. The contract aims to provide multi-discipline architect-engineer services, with a total maximum fee of $249 million over a base period of one year and four optional years, emphasizing the importance of sustainable design practices and small business participation. Interested firms must submit an SF 330 form by June 3, 2025, and will be evaluated based on their specialized experience, qualifications of key personnel, and past performance, with a guaranteed minimum fee of $10,000. For further inquiries, interested parties can contact Wanda L. Okemura at wanda.okemura@navy.mil or Erik Torngren at erik.s.torngren.civ@us.navy.mil.
NESDIS Architectural and Engineering IDIQ
Buyer not available
The Department of Commerce's National Oceanic and Atmospheric Administration (NOAA) is seeking qualified architect-engineer firms to provide Indefinite-Delivery, Indefinite-Quantity (IDIQ) services for the National Environmental Satellite Data and Information Service (NESDIS). The contract will encompass a range of services including project management, facility programming, design services, and construction oversight for various NESDIS facilities primarily located in the Washington DC metro area and Fairbanks, Alaska. This initiative is crucial for enhancing the operational capabilities of NESDIS, which plays a vital role in environmental data and satellite operations. Interested firms must submit their qualifications electronically by May 16, 2025, with a total submission limit of 80 pages, and should be registered in the System for Award Management (SAM) to be eligible for award. The estimated budget for this requirement is between $5 million and $10 million.
Y--ROCKFALL MITIGATION HOOVER DAM - IDIQ
Buyer not available
The Department of the Interior, specifically the Bureau of Reclamation, is seeking qualified contractors for a potential five-year Indefinite-Delivery/Indefinite Quantity (IDIQ) contract focused on rockfall mitigation near Hoover Dam. The procurement aims to secure services for rock stabilization tasks, including scaling, cleaning, and securing steep rock slopes, with contractors required to demonstrate compliance with safety standards and possess necessary certifications. This initiative is critical for maintaining safety and structural integrity in the area, with task orders expected to range from $500,000 to $1 million, culminating in an estimated total contract value of $5 million over the contract duration. Interested businesses must submit their capability statements by May 9, 2025, and are required to register in the System for Award Management (SAM) to participate; inquiries can be directed to Bryan Williamson at bwilliamson@usbr.gov or by phone at 702-293-8452.
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.
Indefinite Delivery Indefinite Quantity (IDIQ) Civil Works Design and Survey and Photogrammetric Mapping
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Albuquerque District, is seeking qualified architect-engineer firms for an Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on civil works design, surveying, and photogrammetric mapping services. This contract aims to support flood control and erosion protection projects within the Albuquerque District, which encompasses areas in Southern Colorado, New Mexico, and Southwest Texas, with potential work extending beyond these regions. The anticipated contract value is up to $49.9 million, with individual task orders ranging from $20,000 to $500,000, and interested firms must respond to this sources sought notice by May 16, 2025, to express their capabilities and qualifications. For further inquiries, firms can contact Robert J. McPherren at robert.j.mcpherren@usace.army.mil or by phone at 505-342-3455.
AL DEEP HORIZON NRDA & RESTOR AE. IMAGES
Buyer not available
The Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking qualified contractors to provide high-resolution aerial imaging services as part of the Deepwater Horizon Natural Resource Damage Assessment and Restoration program. The contract involves delivering seven key deliverables, including five periods of imagery focused on bird populations at North Breton Island, Louisiana, between May 1, 2025, and September 30, 2025. This initiative is crucial for monitoring and restoring ecosystems affected by the Deepwater Horizon oil spill, ensuring that the imagery meets stringent quality standards and compliance with federal regulations. Interested bidders should submit detailed quotations and can direct inquiries to William Fluharty at williamfluharty@fws.gov, with the total contract value not exceeding $9 million and a focus on small business participation.
Z--YOSE, SEKI, and DEPO Flooring IDIQ
Buyer not available
The Department of the Interior, specifically the National Park Service (NPS), is seeking qualified contractors for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on flooring services at Yosemite, Sequoia and Kings Canyon National Parks, Devils Postpile National Monument, and El Portal, California. The procurement will encompass flooring installation and related tasks, with task orders ranging from $2,000 to $1,500,000, and a total cap of $1,500,000 for any single contractor. This initiative is crucial for maintaining the facilities within these national parks, ensuring they remain safe and accessible to the public. Interested businesses are encouraged to submit their capabilities and business classifications by May 2, 2025, directly to Timothy Modjeski at TimModjeski@nps.gov or by phone at 303-819-9916.