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 the Under Secretary of Defense (OUSD) Research and Engineering. The procurement aims to gather capabilities and interest from firms, particularly small businesses, to support environmental assessments, compliance with regulations, and the development of mitigation strategies 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, as they involve tasks such as risk analysis, legal advice on compliance, and stakeholder engagement. Interested firms must submit a capabilities statement by March 25, 2025, to Lamont Joy at darrell.l.joy2.civ@mail.mil, detailing their relevant experience and qualifications.

    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 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
    SPE603-25-R-0503 DFSP Norwalk and DFSP San Pedro Environmental Services
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Energy, is soliciting proposals for environmental services at the Defense Fuel Support Points (DFSP) in Norwalk and San Pedro, California, under solicitation SPE603-25-R-0503. The procurement aims to secure indefinite-delivery indefinite-quantity (IDIQ) firm fixed-price contracts for environmental remediation, compliance, and facility maintenance services, with a primary goal of site closure and restoration while adhering to regulatory requirements. This initiative is crucial for managing environmental liabilities and ensuring compliance with federal, state, and local regulations, particularly concerning contamination from petroleum hydrocarbons and per- and polyfluoroalkyl substances (PFAS). Interested parties must register in the System for Award Management (SAM) and submit their proposals by the specified deadlines, with a total estimated funding of $2.5 million for Norwalk and $7 million for San Pedro, and a performance period from July 1, 2025, to June 30, 2029, with an option for a six-month extension. For further inquiries, contact Rhoji Fernandez at Rhoji.Fernandez@DLA.mil or Mark A. Laskoski at mark.laskoski@dla.mil.
    Administrative, Acquisition, Financial Management, Professional, and Support Services
    Buyer not available
    The Department of Defense, through the Washington Headquarters Services (WHS), is seeking qualified vendors to provide Administrative, Acquisition, Financial Management, Professional, and Program Management Support Services. This procurement aims to enhance operational efficiency for approximately 64,000 personnel in the National Capital Region, focusing on executive-level administrative assistance, acquisition management, financial analysis, and program oversight. The anticipated contract will be structured as an Indefinite Delivery, Indefinite Quantity (IDIQ) agreement with a 12-month base period and four 12-month option periods, beginning in November 2025. Interested firms, particularly small businesses, are encouraged to submit capability statements detailing relevant experience and past performance to Ronda Wilson at ronda.d.wilson2.civ@mail.mil or Stormy Anthony at Stormy.l.anthony.civ@mail.mil, noting that responses will not receive acknowledgment and no costs will be reimbursed for preparation efforts.
    Environmental Monitoring Technical and Maintenance Services
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), intends to award a sole source contract for Environmental Monitoring Technical and Maintenance Services to Rees Scientific Corporation. This contract will provide essential maintenance services, including annual system revalidation and technical support for a government-owned environmental monitoring system with 1,200 inputs across seven management nodes, ensuring compliance with healthcare quality standards. The contract is crucial for maintaining operational efficiency and safety at the Walter Reed National Military Medical Center in Bethesda, Maryland, with an estimated performance period from May 1, 2025, to April 30, 2030. Interested parties must express their capabilities by March 21, 2025, via email to Judith S. Meynard and Erica S. Oh, as this notice is not a request for competitive proposals.
    Resource Management Support Services
    Buyer not available
    The Department of Defense (DoD), through the Washington Headquarters Services (WHS), is conducting market research via a Sources Sought Notice for Resource Management Support Services. This procurement aims to gather information on potential contractors capable of providing essential services, including program management, financial management, information management, website maintenance, and contractor workforce management, with a focus on compliance with security protocols, including SECRET clearance. The contract will consist of a 12-month base period followed by four option periods, emphasizing the need for contractors to demonstrate relevant experience and the ability to manage personnel autonomously while adhering to governmental guidelines. Interested vendors should respond with capability statements addressing administrative aspects, small business subcontracting opportunities, and key requirements by contacting Jasmine Sadat at jasmine.s.sadat.civ@mail.mil or Douglas Boorstein at douglas.j.boorstein.civ@mail.mil.
    F--Department of Veterans Affairs (VA), Office of Con
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking proposals from qualified contractors to provide professional environmental, historical, and sustainability support services as part of an Indefinite Delivery/Indefinite Quantity (IDIQ) contract. The primary objective is to conduct comprehensive environmental and historic studies for properties designated for development, including tasks such as Phase I Environmental Site Assessments, biological and cultural resource surveys, and compliance with federal regulations like the National Environmental Policy Act (NEPA) and the National Historic Preservation Act (NHPA). This initiative underscores the VA's commitment to responsible environmental management and community engagement in its healthcare infrastructure projects. Interested contractors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their proposals by March 27, 2025, and can direct inquiries to Angelina Clements at angelinaclements@ibc.doi.gov or by phone at 571-479-0325.
    Architect-Engineer (A-E) Environmental Services Indefinite Delivery Contract (IDC)
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W076 Endist Tulsa office, is seeking qualified architect-engineer firms for an Indefinite Delivery Contract (IDC) focused on environmental services. The procurement aims to secure engineering services under NAICS code 541330, which encompasses a range of environmental assessments and related activities essential for military operations and infrastructure. These services are critical for ensuring compliance with environmental regulations and supporting sustainable practices within defense projects. Interested firms should contact Joshua Hope at JOSHUA.D.HOPE@USACE.ARMY.MIL or Robert Reed at robert.e.reed@usace.army.mil for further details regarding the submission of qualifications and any upcoming deadlines.
    Avian Data Support for the Department of Defense
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers' Engineer Research and Development Center, is seeking to negotiate a sole source contract with Duran Environmental Consulting, LLC for Avian Data Support services. The primary objective of this procurement is to provide non-personal services to organize and maintain training for the Avian Knowledge Network (AKN), which is mandated for use across all military services to support informed decision-making regarding species health and conservation measures. Interested parties are invited to submit capability statements, including pricing, by 2:00 PM Central Time on March 21, 2025, to the designated contacts, Crystal North and Sonia Boyd, via email. There are no set-aside restrictions for this opportunity, and the procurement falls under NAICS code 813312 with a small business size standard of $19.5 million.
    Environmental Consulting Services Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC)
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W071 Endist Seattle office, is soliciting proposals for Environmental Consulting Services under an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC). This procurement is set aside for SBA Certified Women-Owned Small Businesses (WOSB) and aims to secure environmental consulting services that are critical for various defense-related projects and compliance with environmental regulations. Interested firms should note that Amendment 0002 has been issued, and they can reach out to Kyla Couch at kyla.m.couch@usace.army.mil or Curt Stepp at curt.stepp@usace.army.mil for further inquiries. The NAICS code for this opportunity is 541620, and the PSC code is F999.
    Decisive Action (DA) Follow On
    Buyer not available
    The Defense Threat Reduction Agency (DTRA) is seeking industry capabilities for support services related to countering Weapons of Mass Destruction (WMD) through a Sources Sought Notice. The agency aims to gather insights from potential vendors, particularly small businesses, to enhance operational planning, data integration, and advisory services for campaign management and operational support for Combatant Commands and interagency partners. This procurement is anticipated to be a cost-type contract valued at approximately $338.5 million, with a twelve-month base period and four one-year options, requiring contractors to have at least a TOP SECRET clearance and secure workspace capabilities. Interested vendors must submit a five-page capability statement by March 18, 2025, to Andrew K. Williams or Shaneice Shuler via their respective emails for consideration.
    Strategic Initiatives (SI) DSCA TEAMS
    Buyer not available
    The Department of Defense, through the Washington Headquarters Services, is seeking sources for the Strategic Initiatives (SI) Defense Security Cooperation Agency (DSCA) Technical Engineering Analytical Management Support (TEAMS) contract. This procurement aims to enhance strategic planning services and support the Defense Security Cooperation Agency's Golden Sentry Inventory Reporting (GSIR) End-Use Monitoring (EUM) Scanner Project, which involves programmatic and IT activities essential for managing defense articles sold internationally. The contractor will be responsible for providing personnel, technology, and support services while ensuring compliance with security protocols, including the requirement for contractor personnel to hold SECRET-level clearances. Interested parties must submit their capacity statements and qualifications by March 19, 2025, and can contact Kim Robinson-Leach at kim.m.robinson-leach.civ@mail.mil or Lamont Joy at darrell.l.joy2.civ@mail.mil for further information.