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.