OSC Environmental Due Diligence Services
ID: HQ003425JOY0313Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEWASHINGTON HEADQUARTERS SERVICES (WHS)WASHINGTON HEADQUARTERS SERVICESWASHINGTON, DC, 203011000, USA

NAICS

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

    The Department of Defense, through the Washington Headquarters Services (WHS), is seeking information from potential vendors to provide Environmental Due Diligence Services for the Office of Strategic Capital (OSC). The procurement aims to identify firms capable of delivering a range of services, including environmental assessments, risk evaluations, and compliance with environmental regulations, over a five-year period with an estimated contract value between $35 million and $75 million. These services are crucial for ensuring environmental integrity and compliance throughout project lifecycles, supporting the Department's strategic initiatives. Interested firms, particularly small businesses, are encouraged to submit their capabilities statements by April 2, 2025, to Lamont Joy at darrell.l.joy2.civ@mail.mil, detailing their experience and qualifications in similar projects.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines specific tasks required under a contract for environmental diligence and due diligence services to support the successful operation of the DLP. Key services include the adoption and application of categorical exclusions, project environmental assessments, and the development of effective mitigation strategies for environmental risks. The contractor is responsible for ensuring compliance with all relevant environmental laws and regulations, maintaining records in line with federal guidelines, and fostering strong relationships with stakeholders. The document details various responsibilities, including the review of environmental reports, evaluation of potential risks, design of mitigation measures, and provision of legal advice on environmental compliance. It also covers environmental modeling, risk analysis, and the preparation of comprehensive due diligence reports and documentation. The contractor is expected to support dispute resolution and provide guidance on general environmental issues, working closely with federal and state agencies to ensure regulatory compliance. This contract plays a vital role in sustaining environmental integrity and compliance throughout project lifecycles.
    The Sources Sought Notice issued by the Department of Defense's Washington Headquarters Services is aimed at gathering market research information on vendor interest and capabilities for providing Environmental Due Diligence Services for the Office of Strategic Capital. This initiative is part of an anticipated five-year contract with a total value of $35 million to $75 million. The notice requests responses from interested firms, particularly small businesses, outlining their experience and qualifications in delivering similar services. Vendors are required to submit a capabilities statement by April 2, 2025, detailing their company information, previous contracts, and the ability to fulfill the outlined requirements. Specific areas include examples of past work, identification of the company's small business status, and recommendations for appropriate NAICS codes. The goal is to facilitate the identification of qualified contractors for this new requirement, ensuring compliance with governmental contracting regulations and promoting engagement with small business entities. Responses must adhere to submission guidelines to be considered, emphasizing a thorough understanding of the Draft Performance Work Statement.
    The Department of Defense (DoD) has issued a Sources Sought Notice for Environmental Due Diligence Services on behalf of the Office of the Under Secretary of Defense (OUSD) Research and Engineering. This notice aims to gather market interest and the capabilities of potential vendors, particularly small businesses, as the DoD anticipates awarding indefinite delivery indefinite quantity contracts valued between $35 million and $75 million over five years. Interested firms must submit a capabilities statement by March 25, 2025, outlining their relevant experience, technical expertise, and qualifications to perform these services. The submission should include company details, prior contracts, potential subcontracting plans, and evidence of facility clearance, and must be formatted according to specified guidelines. ThisSources Sought Notice is part of the government's preliminary research and will not be considered as a formal Request for Proposal (RFP) or obligation to contract. The information gathered will help assess the market landscape and inform future acquisition strategies.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    Enterprise Occupation Structure and Standards Development Support Services
    Dept Of Defense
    The Department of Defense, through the Washington Headquarters Services (WHS), is seeking qualified firms to provide Enterprise Occupation Structure and Standards Development Support Services for the Office of the Under Secretary of Defense for Intelligence and Security (OUSD(I&S)) Human Capital Management Office (HCMO). The objective of this procurement is to develop and validate an enterprise occupation structure and standards for intelligence, security, and law enforcement work roles within the Defense Intelligence and Security Enterprise (DISE), which includes creating a work role taxonomy, defining tasks and competencies, and establishing minimum qualifications through job analysis. This contract, anticipated to start in January 2026, will be a firm-fixed-price agreement with a base period of 12 months and four additional option periods, requiring interested firms to possess a Top Secret Facility Clearance and submit a Capabilities Statement by October 15, 2025. For further inquiries, interested parties may contact Chrissandra Smith at Chrissandra.smith.civ@mail.mil or Brandon Johnson at brandon.n.johnson24.civ@mail.mil.
    Sources Sought CAPE EVAMOSC Platform Support -
    Dept Of Defense
    The Department of Defense, through the Washington Headquarters Services (WHS), is conducting market research via a Sources Sought Notice for the Enterprise Visibility and Management of Operating and Support Cost (EVAMOSC) platform support. The objective of this procurement is to identify qualified and experienced businesses capable of sustaining and enhancing the EVAMOSC platform, which provides critical data-driven insights into major acquisition program costs for the Office of the Secretary of Defense Cost Assessment and Program Evaluation (OSD-CAPE). This platform is essential for fulfilling congressional requirements related to the analysis of operating and support costs for major weapon systems. Interested parties must respond by January 2, 2026, at 10:00 AM (Eastern Time), and submissions should demonstrate relevant experience and confirm a Secret Facility Clearance, with an estimated contract ceiling value of $75 million under NAICS code 541512 (Computer Systems Design Services). For further inquiries, contact Gervonna Crump-Williams at gervonna.b.crump-williams.civ@mail.mil or Ronica Shelton at ronica.l.shelton.civ@mail.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.
    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.
    DLA Ozone Depleting Substances (ODS) And Hydrofluorocarbons (HFC) Support Services
    Dept Of Defense
    The Defense Logistics Agency (DLA) is soliciting proposals for Ozone Depleting Substances (ODS) and Hydrofluorocarbons (HFC) Support Services, aimed at providing essential contractor support for its Reserve Program Office located in Richmond, Virginia. The procurement encompasses logistics, warehousing, leak monitoring, and IT functions, with a focus on managing ODS/HFC products and ensuring compliance with environmental regulations. This contract will be awarded as a firm-fixed-price agreement for a base year with four additional option years, emphasizing the importance of technical capabilities and past performance in the evaluation process. Proposals are due by December 18, 2025, with questions accepted until December 1, 2025; interested parties should contact Derek Willis at derek.willis@dla.mil for further information.
    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.
    Western Regional HW Incineration
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is soliciting proposals for the Western Regional Hazardous Waste Incineration contract, which involves the removal, transportation, and disposal of various hazardous and non-hazardous wastes from military installations across the Western United States. The selected contractor will manage a range of waste types, including Resource Conservation and Recovery Act (RCRA) hazardous wastes, PCBs, and PFAS, ensuring compliance with regulatory requirements and proper handling procedures. This contract is crucial for maintaining environmental safety and compliance at military sites, with a base period of 30 months anticipated to begin in March 2026, followed by an option period of the same length. Proposals are due by 1500 EST on December 29, 2025, and interested parties should direct inquiries to Timothy Hassett at Timothy.Hassett@dla.mil or Erik Rundquist at erik.rundquist@dla.mil.
    Strategic Environmental Research and Development Program Core Broad Agency Announcement
    Dept Of Defense
    The Department of Defense, through the Strategic Environmental Research and Development Program (SERDP), is inviting pre-proposals for research projects focused on Environmental Restoration, Resource Conservation and Resilience, and Weapons Systems and Platforms. This Broad Agency Announcement (BAA) aims to competitively fund innovative environmental research that enhances the DoD's environmental performance and addresses specific Statements of Need. The total funding available for selected projects is approximately $10 million, with pre-proposals due by 2:00 PM Eastern Time on January 13, 2026. Interested parties should submit their proposals via the SERDP website, and for further inquiries, they can contact Shannon Benson at 703-428-7407 or via email at Shannon.N.Benson@usace.army.mil.
    Hazardous Waste Testing
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors for hazardous waste testing services at Schofield Barracks, Hawaii. The procurement involves comprehensive services for hazardous waste sampling, testing, packaging, and transportation to accredited laboratories, adhering to strict environmental regulations and safety standards. This contract is crucial for ensuring compliance with OSHA, EPA, and other regulatory requirements, and includes a Base Year plus four Option Years for performance. Interested small businesses must submit inquiries via email to Travis Tonini at travis.c.tonini.civ@army.mil, with the solicitation anticipated to be issued around December 23, 2025.
    Defense Science Board (DSB) Summer Study Support Services
    Dept Of Defense
    The Department of Defense, through the Washington Headquarters Services, is seeking sole source support services for the Defense Science Board (DSB) Summer Study. This procurement involves a 10-month firm-fixed-price contract to provide professional analytical and administrative support services for the DSB and its Office while a re-compete is underway. The services are critical as they are currently available from only one responsible source, ensuring that the agency's specific needs are met without interruption. Interested parties can reach out to Nia Holloway at nia.m.holloway.civ@mail.mil or Eric Darby at eric.u.darby.civ@mail.mil for further inquiries, noting that this notice is not a request for proposals or quotes.