Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 31, 2026 SAM #8832
SOURCES SOUGHT

B -- Rock Imagery Conservation Services

Notice Date
1/29/2026 7:38:04 AM
 
Notice Type
Sources Sought
 
NAICS
712120 — Historical Sites
 
Contracting Office
W071 ENDIST SEATTLE SEATTLE WA 98134-2329 USA
 
ZIP Code
98134-2329
 
Solicitation Number
W912DW26QA021
 
Response Due
2/27/2026 12:00:00 AM
 
Archive Date
03/14/2026
 
Point of Contact
Alfonso Nolasco, Phone: 2532440994
 
E-Mail Address
alfonso.nolasco@usace.army.mil
(alfonso.nolasco@usace.army.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
INTRODUCTION: The US Army Corps of Engineers (USACE) Seattle District is seeking information regarding capability, level of interest and availability of sources for an upcoming requirement to provide Rock Imagery Conservation Services at Historic Properties on the Columbia River at USACE Operating Projects in the Pacific Northwest (Washington, Oregon, Idaho and Montana). BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES (IN FULL OR IN PART). All Small Business Set-Aside categories will be considered. CONTRACT INFORMATION: Firm Fixed Price. The anticipated award date for this requirement is spring 2026 with a Period of Performance consisting of (60) months. The applicable NAICS code for this requirement is 712120 �Historic Sites�; with a Small Business Size Standard of $13M. The Product Service Code is B503 SPECIAL STUDIES/ANALYSIS- ARCHEOLOGICAL/PALEONTOLOGICAL. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. DISCLAIMER �THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A �REQUEST FOR PROPOSAL (RFP)� TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMATION PERTAINING TO THIS REQUIREMENT.� REQUIRED CAPABILITIES: See Attachment: DRAFT PWS FY26 FCRPS Rock Imagery IDIQ ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT): Response Information: Interested firms should submit a capabilities package limited to five (5) pages and include the following: 1) A capability statement expressing interest in this requirement, describing the company and its capability to provide stated services. 2) Firm's name, address (mailing and URL), point of contact, phone number, email address. 3) Business classification; i.e. Small Business (SB), Small Disadvantaged Business (SDB), Woman Owned Small Business (WOSB), Economically Disadvantaged Woman-Owned Small Business (EDWOSB),Veteran Owned Small Business (VOSB), Service-Disabled Veteran Owned Small Business (SDVOSB), Historically Underutilized Business Zone (HUBZone), Small Business, 8(a) Program, or Other Than Small Business. 4) Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, services (except construction), the contractor 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. 5) Two to three examples of similar past projects; preferably as the Prime Contractor. 6) Cage code and UEI number of your firm. 7) Firm's Joint Venture Information (if applicable). THE DEADLINE FOR RESPONSE TO THIS REQUEST IS NO LATER THAN 12 pm PST, 27 Feb 2026. ALL RESPONSES UNDER THIS SOURCES SOUGHT NOTICE MUST BE E-MAILED TO, CONTRACT SPECIALIST, ALFONSO NOLASCO ALFONSO.NOLASCO@USACE.ARMY.MIL IN MICROSOFT WORD OR PDF FORMAT. THE TITLE OF THE EMAIL SHOULD CONTAIN �Rock Imagery Conservation Services Project�. THE GOVERNMENT IS NOT COMMITTED NOR OBLIGATED TO PAY FOR THE INFORMATION PROVIDED, AND NO BASIS FOR CLAIMS AGAINST THE GOVERNMENT SHALL ARISE AS A RESULT OF A RESPONSE TO THIS SOURCES SOUGHT. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. Telephone inquiries will not be accepted or acknowledged, and companies should not expect feedback or evaluations regarding their submissions. The Small Business Programs Office POC for this requirement is: Enshane� Nomoto (she/her) Office of Small Business Programs enshane.nomoto@usace.army.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/8364ccd35dde4c79956d3ce56b3026c2/view)
 
Place of Performance
Address: Seattle, WA 98134, USA
Zip Code: 98134
Country: USA
 
Record
SN07701478-F 20260131/260129230044 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.