SOURCES SOUGHT
C -- Architect-Engineer (AE) Services to Support Hazardous, Toxic, and Radioactive Waste (HTRW) Multiple Award Task Order Contract (MATOC)
- Notice Date
- 11/25/2025 8:54:51 AM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- W074 ENDIST MOBILE MOBILE AL 36602-3630 USA
- ZIP Code
- 36602-3630
- Solicitation Number
- W9127826RA018
- Response Due
- 12/5/2025 12:00:00 PM
- Archive Date
- 12/20/2025
- Point of Contact
- Danielle Mims, Phone: 2516943812, Elisha Couch, Phone: 2516903354
- E-Mail Address
-
danielle.l.mims@usace.army.mil, elisha.couch@usace.army.mil
(danielle.l.mims@usace.army.mil, elisha.couch@usace.army.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- This is a SOURCES SOUGHT SYNOPSIS and is NOT a solicitation announcement. The purpose of this Market Research/Sources Sought Notice is to gain knowledge of potential qualified design firms. Responses to this Sources Sought will be used by the government in making appropriate acquisition decisions. The U.S. Army Corps of Engineers (USACE), Mobile District, anticipates a future Indefinite Delivery/Indefinite Quantity (IDIQ) procurement to acquire Architect-Engineer (AE) Services under individual task orders throughout the Mobile District Area of Responsibility (AOR) to support a full range of comprehensive planning and design for the Mobile District�s Environmental Restoration Program. The majority of work will be located on various military, federal, and other installations within the District�s AOR with an anticipated contract value of $249,000,000 and duration of five (5) years, that will be shared amongst the awardees. A-E services under this contract will include but are not limited to the strategic development, plans, data gathering, analysis, evaluations, studies, designs, pilot studies, and regulatory support specifically targeting Hazardous, Toxic, and Radioactive Waste (HTRW) and Emerging Contaminants (such as PFAS). The selected firm must have in-house the following disciplines, with professional registration required where applicable: (1) Project Manager; (2) Environmental Engineer (PE); (3) Chemist; (4) Geologist (PG); (5) Hydrogeologist (PG); (6) Certified Industrial Hygienist (Certified/Registered); (7) Chemical Engineer (PE); (8) Civil Engineer (PE); (9) Regulatory Specialist; (10) Human Health Risk Assessor; (11) Ecological Risk Assessor; (12) GIS Specialist; (13) Project Controls/Scheduler. Sources are being sought for firms with a North American Industry Classification System (NAICS) Code of 541330 with a Small Business Size Standard of $25,500,000 average annual receipts over three years. Responses are requested with the following information: 1. Offeror�s name, address, points of contact with telephone numbers, and email addresses. 2. Business size/classification to include any designations as Small Business, HUBZone, Service-Disabled Veteran Owned, Woman Owned, or 8(a) shall be indicated on first page of submission. 3. Description of firm's capability to provide the AE planning and engineering services with necessary personnel capability to manage the disciplines; and capacity to execute at least 3 task orders ranging from $5,000,000 to $10,000,000 with an average of at least $7,500,000 under this IDIQ simultaneously. 4. Past performance/experience on IDIQ contracts of similar scope and magnitude, with emphasis on military installations, describing no more than five (5) projects that are at 80% complete within the past five years of the issue date of this Notice. The five (5) projects shall encompass and specifically address each of the following areas of emphasis (listed below) to the A-E services requested in this notice. a � Site characterization efforts to include delineation of the nature and extent of per- and polyfluoroalkyl substances (PFAS) contamination resulting from past PFAS release areas. b - Development and design of remediation systems for the treatment of PFAS contaminated media to achieve regulatory action levels. c � Developing a comprehensive understanding of the vertical and lateral extent of PFAS in all impacted media (e.g., soil, groundwater, surface water, and sediment), and migration pathways/conveyances (e.g., paleo channels, utility corridors, etc). d � In a PFAS contaminated area: collect and analyze geologic, geophysical, hydrogeological, chemical, physical, and hydrologic data, as well as appropriate environmental samples such as groundwater, soil, surface water, sediment, and drinking water. e � Manage and dispose of PFAS investigation derived waste (IDW) and other waste generated during the execution of the investigation activities. f � Develop and/or refine the conceptual site model (CSM) using validated environmental data to describe hydrogeological conditions and identify PFAS migration pathways and potential receptors. The past performance information should include project title, location, general description of the AE Services to demonstrate relevance within the Environmental Restoration Program, the Offeror�s role, dollar value of contract, and name of the company/agency, or government entity for which the work was performed with contact information (reference name, phone number and e-mail address). Include the Prime Contractor�s name and a quantifiable amount (percentage) of the project your company contributed (as well as percentage of the project that a similarly situated subcontractor contributed) to the overall scope of work. Prime Contractor experience is required and must be at least 50% for each project listed. Include prior experience with subcontracting team. FAR 52.219-14 Limitations on Subcontracting will not pay more than 50 percent of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities. NO RESPONSES WILL BE ACCEPTED BY FAX OR MAIL. ALL RESPONSES MUST BE SENT via PIEE, DIRECTED to: Danielle Kachele and/or Elisa Couch Should you have any questions, please reach out to Danielle Kachele at Danielle.l.kachele@usace.army.mil Submittals are due no later than 2:00 pm CT on Friday December 5, 2025. Submittals will not be returned. Telephonic responses will not be honored. This is not a Request for Proposal, only a Request for Information. No award will result from this Sources Sought. This notice does not constitute any commitment by the Government. Limit response to eight (8) pages or less. Note 1: This synopsis is not to be construed as a commitment by the Government, nor will the Government pay for the information solicited. Note 2: Large Businesses need not respond. Note 3: All advertisements of Mobile District projects will be through the official government points of entry. *** End of Sources Sought Notice ***
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/298f1991c5fd4da88aaa4d8cb58e0cb7/view)
- Place of Performance
- Address: Mobile, AL, USA
- Country: USA
- Country: USA
- Record
- SN07652034-F 20251127/251125230042 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |