C--US AFCEC NEPA/EA/EIS MATOC
ID: 140D0425R0054Type: Presolicitation
6 AwardsSep 25, 2025
$600M$600,000,000
AwardeeJACOBS GOVERNMENT SERVICES COMPANY 1100 N GLEBE RD STE 500 Arlington VA 22201 USA
Award #:140D0425D0059
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
    Description

    The Department of the Interior is seeking qualified contractors to provide Environmental Impact Statement (EIS) and Environmental Assessment (EA) services for the U.S. Air Force Civil Engineer Center (AFCEC). This presolicitation notice outlines a Multiple Award Indefinite Delivery/Indefinite Quantity (ID/IQ) Task Order Contract, with a total ceiling of $100 million over a five-year period, aimed at supporting nationwide environmental programs related to conservation and environmental planning. The selected firms will be evaluated based on their expertise in NEPA compliance, technical competence, past performance, and capacity to manage significant projects, with proposals due by June 3, 2025. Interested parties can contact Xanthe Otterstedt at xanthe_otterstedt@ibc.doi.gov or by phone at 703-914-3719 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    The Department of the Interior is seeking contractors for Environmental Impact Statement (EIS) and Environmental Assessment (EA) services on behalf of the United States Air Force Civil Engineer Center. This presolicitation notice outlines an unrestricted Multiple Award Indefinite Delivery/Indefinite Quantity (ID/IQ) Task Order Contract, targeting five contracts with a ceiling of $100 million over five years. Firms will be evaluated based on demonstrated competence in environmental assessments, compliance with NEPA regulations, and specific expertise in relevant fields such as engineering, biology, and environmental planning. Selection will consider past performance, capacity to handle significant projects, and engagement with small businesses. Task orders may include creating EAs or EISs, identifying environmental impacts, and mitigating measures for projects associated with real property activities. Selected contractors must provide proof of qualifications via SF 330 forms, with submission deadlines set for May 23, 2025. The document emphasizes the importance of collaboration and compliance with environmental laws, highlighting specialized experience and technical skills as key factors in contractor selection.
    The document discusses amendments and clarifications related to a federal solicitation for environmental services, specifically focusing on NEPA activities. It outlines requests from potential offerors for additional questions to clarify requirements, an extension for submissions, and specific project descriptions. Key areas of concern include apparent contradictions in the scope, such as the need for engineering disciplines that do not align with NEPA requirements, the need for personnel security clearances, and the volume of project awards related to contracts. Additionally, it addresses submission restrictions, including page limits and the definition of required qualifications. The government provides responses, confirming the nationwide scope of the project and clarifying selection criteria while denying further extensions. Overall, the document emphasizes the importance of aligning project descriptions with NEPA processes and ensuring proper qualification of personnel for successful contract execution, ensuring clarity and coherence in the solicitation process.
    The Department of the Interior is soliciting proposals for Environmental Impact Statement (EIS) and Environmental Assessment (EA) services on behalf of the U.S. Air Force Civil Engineer Center. This presolicitation notice indicates the government intends to award Multiple Award Indefinite Delivery/Indefinite Quantity (ID/IQ) contracts, with a total ceiling of $100 million over five years. Firms will be selected based on their qualifications, demonstrated competence, and specialized experience, particularly in areas related to environmental planning and conservation. Tasks will involve ensuring compliance with the National Environmental Policy Act (NEPA), conducting technical analyses, and preparing required documentation such as EAs and EISs that assess environmental impacts across various critical resource areas. The proposal submission must include a Standard Form 330 (SF 330) highlighting the firm’s qualifications, past performance, and organizational capacity. Additionally, large businesses must have a subcontracting plan to meet specific small business participation goals. This solicitation emphasizes a thorough understanding of environmental regulations and the ability to provide comprehensive management and public interfacing support. The deadline for submission of proposals is June 3, 2025, aiming to enhance the environmental compliance and sustainability of Air Force operations nationwide.
    The document serves as a pre-solicitation notice for a proposed contract related to environmental assessments and services. It outlines key requirements for proposals, including the submission of the SF330 form, which will evaluate offerors based on selection criteria such as specialized experience, technical competence, labor category distribution, and past performance. Offerors must submit up to ten relevant projects completed within the past ten years, with a completion percentage of 100% and a monetary range between $50K and $5M. Clarifications sought include whether the contract is limited to the Southwestern Division area or if it encompasses nationwide projects. The document specifies that only one resume per discipline will be evaluated, emphasizing the importance of showcasing in-house qualifications versus team qualifications. The proposals must also include information regarding geographic proximity and the volume of DOD contracts over the past twelve months. Submission guidelines highlight that the SF330 Part I is capped at 120 pages, with specific limitations on sections, and there is no requirement for a Small Business Participation Plan. The final solicitation will follow after this Q&A period, affirming a commitment to transparency and thorough evaluation of submissions in line with federal acquisition regulations.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    Healthcare Facility Planning, Evaluation, Research
    Interior, Department Of The
    The Department of the Interior (DOI) is seeking sources for Healthcare Facility Planning, Evaluation, Research, and Advisory Services to support the Department of Health and Human Services (HHS), specifically the Indian Health Service (IHS) Office of Environmental Health and Engineering (OEHE). The procurement aims to enhance healthcare delivery for American Indians and Alaskan Natives by modernizing IHS facilities and planning processes, which includes developing planning documents, updating Health Services and Facility Master Plans, and providing advisory reviews. This opportunity is anticipated to result in a Firm-Fixed-Price Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract valued at approximately $30 million, with a five-year ordering period starting in Fiscal Year 2026. Interested firms must complete the attached Excel document and submit it to Robert Brewer at robertbrewer@ibc.doi.gov by the specified deadline.
    INDEFINITE DELIVERY INDEFINITE QUANTITY CONTRACT FOR ARCHITECT-ENGINEER SERVICES FOR VARIOUS CIVIL PROJECTS AND OTHER PROJECTS UNDER THE COGNIZANCE OF NAVAL FACILITIES ENGINEERING SYSTEMS COMMAND, PACIFIC
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command, Pacific, is seeking qualified architect-engineer firms to provide a range of services for various civil projects under an Indefinite Delivery Indefinite Quantity (IDIQ) contract. This contract, valued at up to $200 million over a one-year base period with four option years, will encompass services such as site development, Military Construction documentation, design-build and design-bid-build documents, technical surveys, cost estimates, and post-construction award services. The procurement is unrestricted under NAICS Code 541330, and firms will be evaluated based on criteria including specialized experience, key personnel qualifications, past performance, and commitment to small business. Interested parties must submit a completed Standard Form SF 330 by January 8, 2026, at 2:00 p.m. Hawaii Standard Time, and can contact Shaun Bissen at shaun.m.bissen.civ@us.navy.mil or Ann Saki-Eli at ann.h.sakieli.civ@us.navy.mil for further information.
    $450Million A-E Master Planning Services IDC
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) - Tulsa District, is seeking qualified architect-engineer firms to provide Master Planning Services under a $450 million Indefinite Delivery Contract (IDC). The procurement aims to solicit professional, multi-discipline A-E services primarily within military and civil boundaries across Texas, Oklahoma, Louisiana, Arkansas, and southern Kansas, in accordance with relevant regulations and guidelines. These services are crucial for effective planning and environmental management in support of military and civil projects. Interested firms, particularly those classified as small businesses, Section 8(a), HUBZone, Service-Disabled Veteran-Owned Small Business (SDVOSB), or Woman-Owned Small Business (WOSB), are encouraged to respond to this sources sought notice by the extended deadline of January 16, 2026. For further inquiries, contact Thomas Howard at thomas.howard@usace.army.mil or call 918-669-4389.
    ARCHITECT/ENGINEERING SERVICES FOR ENVIRONMENTAL INVESTIGATIONS, PERMIT APPLICATIONS AND RELATED STUDIES AT VARIOUS NAVY AND MARINE CORPS ACTIVITIES, PACIFIC BASIN AND INDIAN OCEAN AREAS
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Pacific (NAVFAC PAC), is seeking qualified architect-engineer firms to provide professional services for environmental investigations, permit applications, and related studies at various Navy and Marine Corps activities primarily in Hawaii, Guam, Japan, and other locations within the Pacific Basin and Indian Ocean areas. The selected firms will be responsible for a range of services including compliance with environmental regulations, preparation of analytical studies, technical evaluations, and management plans, with a focus on water, wastewater, stormwater, and hazardous waste management. Interested small businesses, including those that are HUBZone, woman-owned, service-disabled veteran-owned, and other small business categories, must submit their qualifications and experience using the Information Summary Matrix by December 29, 2025, at 2:00 PM HST, with a projected contract value of up to $30 million over a potential five-year period. For further inquiries, contact Rachel Isara-Phan at rachel.m.isara-phan.civ@us.navy.mil or Kylee Chun at kylee.k.chun.civ@us.navy.mil.
    R--Conflict Management Services - Internal
    Interior, Department Of The
    The Department of the Interior (DOI) is seeking proposals for a single-award, five-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Conflict Management Services to support its Office of Collaborative Action and Dispute Resolution (CADR). The contract will encompass a range of services, including mediation, facilitation, assessment, process design, and training, with an estimated 35-50 task orders issued annually, approximately 25 of which will be related to Equal Employment Opportunity (EEO) matters. This procurement is a total small business set-aside under NAICS code 541612, with a maximum ceiling value of $8 million and a guaranteed minimum order value of $25,000. Interested contractors must register in the System for Award Management (SAM) and submit their proposals by the specified deadline, with the contract performance period running from January 17, 2026, to January 16, 2031. For further inquiries, interested parties can contact Michelle Harvey at michelleharvey@ibc.doi.gov or by phone at 571-842-1131.
    INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT FOR ARCHITECT-ENGINEER SERVICES FOR DESIGN, ENGINEERING, SPECIFICATION WRITING, COST ESTIMATING, AND RELATED SERVICES FOR MILCON AND OTHER PROJECTS AT VARIOUS LOCATIONS UNDER THE COGNIZANCE OF NAVFAC HAWAII
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Hawaii, is soliciting proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for multi-discipline architect-engineer services. This procurement aims to engage highly qualified firms to provide design, engineering, specification writing, cost estimating, and related services for Military Construction (MILCON) and other projects, primarily in Hawaii but potentially worldwide. The contract encompasses a base period of one year, with four additional one-year options and a six-month extension, totaling a maximum fee of $200,000,000. Interested firms must submit their qualifications using Standard Form SF330 by December 17, 2025, and are encouraged to review the attached documents for detailed requirements and evaluation criteria, including specialized experience and commitment to small business participation. For further inquiries, contact Brittney Lazo at brittney.a.lazo.civ@us.navy.mil or Kris Nakashima-Wong at kris.e.nakashima-wong.civ@us.navy.mil.
    NOTICE OF INTENT TO AWARD A SOLE SOURCE
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, intends to award a sole source contract to ICF Incorporated, LLC for Programmatic Environmental Impact Statement Services related to the revision of 36 CFR 228A. This procurement aims to leverage ICF's prior work on the regulation revision, which included the production of a draft PEIS, to efficiently complete the environmental compliance necessary for issuing the revised regulations. Given ICF's unique expertise and familiarity with the existing documents and administrative records, they are deemed the only reasonable source capable of meeting the expedited delivery requirements. Interested parties may express their interest and capability by March 23, 2023, at 3:00 PM (EST), and should direct inquiries to Joe Libbey at joe.libbey@usda.gov or Josh Choi at josh.choi@usda.gov.
    FY26 A-E IDIQ Arnold AFB
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking qualified architect-engineer firms for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract at Arnold Engineering Development Complex (AEDC) in Tennessee. The contract will encompass a range of professional services, including engineering studies, designs, specifications, and cost estimates for maintenance, repair, and minor construction projects across various engineering disciplines such as architectural, civil, structural, mechanical, and environmental engineering. This procurement is critical for ensuring compliance with federal and Air Force building codes and standards, with an estimated maximum contract value of $30 million over a base year plus seven option years, and individual task orders ranging from $25,000 to $1 million. Interested firms are encouraged to submit a Contractor Capability Survey by January 23, 2026, to the primary contact, Noah Bean, at noah.bean.1@us.af.mil, or the secondary contact, James Laney, at james.laney.3@us.af.mil.
    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.