Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 08, 2026 SAM #8840
SOURCES SOUGHT

C -- C--USFWS- A&E, DAMS AND BRIDGES -SEISMIC SAFETY

Notice Date
2/6/2026 1:55:33 PM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
FWS, SAT TEAM 1 Falls Church VA 22041 USA
 
ZIP Code
22041
 
Solicitation Number
140FGA26R0004
 
Response Due
3/6/2026 2:00:00 PM
 
Archive Date
03/06/2026
 
Point of Contact
Ikner, Thomas, Phone: 0000000000
 
E-Mail Address
thomas_ikner@fws.gov
(thomas_ikner@fws.gov)
 
Description
This is a REQUEST FOR INFORMATION / SOURCES SOUGHT NOTICE and is for informational and market research purposes only. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION, OR BID. It is also NOT A SYNOPSIS OF A PROPOSED CONTRACT ACTION. No reimbursement will be made for any costs associated with providing information in response to this synopsis or on any follow up information and responses are voluntary. Responses will be shared within the Government and project team, but otherwise will be held in strict confidence. NO SOLICITATION IS CURRENTLY AVAILABLE. The purpose for this announcement is to conduct market research to consider refinement of requirements, to help identify capable and responsible potential sources, and to establish if this requirement can be fulfilled with mandatory sources of supply and/or can be set-aside for small business or other socio-economic programs. Competitive, non-competitive, and set-aside decisions may be based on the results of this market research. Summary: The U.S. Fish and Wildlife Service is anticipating negotiating and awarding, two (2) Firm-Fixed Priced, Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Architectural and Engineering (A/E) Services in accordance with FAR Subpart 36.6, A/E selection procedures. This contract will require Title I architect-engineer (A/E) services including evaluation of building structural, nonstructural, and foundation seismic hazards, and evaluation of geologic seismic site-hazards; development of conceptual seismic mitigation measures; rough order-of-magnitude estimation of mitigation costs; and production of seismic evaluation reports. While this contract is intended primarily for the Title I A/E services described herein, the Government may request additional Title I, Title II, or Title III A/E seismic engineering services as a part of this contract, should the need arise. Such services can be expected to consist of those typically offered and routinely provided by A/E firms qualified to provide building seismic evaluation. The A/E will be required to complete Tier 1 or Tier 2 seismic evaluation of existing buildings situated on Service facilities located nationwide. A/E services provided will include all activities necessary to evaluate seismic risks for specific buildings and to develop conceptual mitigation schemes for identified deficiencies, all in accordance with the Standards and, by reference, current versions of other national consensus codes and standards referenced in the Standards and in EO 13717. PLACE OF PERFORMANCE Review of building records may require A/E travel to regional offices located throughout the continental US and Alaska. Site visits, which may also involve building record review, will require travel to Service facilities that may be in any state or US territory. Other services related to Tier 1 and Tier 2 screening, evaluation and report preparation will take place at the A/E�s facilities. This sources sought is open to all businesses regardless of size. The North American Industry Classification System (NAICS) Code is 541330, Engineering Services, which has a current Small Business size standard of $25.5 million or less in average annual receipts over the last 3 years. The IDIQ contract will be a five year multi-year contract. The anticipated award value is a range of $5,000 up to $100,000 annually. Task orders will be issued on an as needed basis. The previous award contract for these services is 140F0821D0001, and 140F0821D0002. All business categories are invited to respond. Responses must include the following: 1. Unique Entity Identifier (UEI) number and business type (i.e. Large Business, Small Business, (SB), Small Disadvantaged Business (SDB), Woman Owned Small Business (WOSB), Veteran Owned Small Business (VOSB), Service-Disabled Veteran Owned Small Business (SDVOSB), Historically Underutilized Business Zone (HUBZone), 8(a) Program or other). 2. Capability statement to include a statement detailing capacity to accomplish work required by the Service of the above requirements. DUE DATE & SUBMISSION INFO: Please email Capability Statements with �140FGA26R0004-Seismic Services IDIQ� in the subject line to Thomas_ikner@fws.gov on or before Wednesday, March 6, 2026, at 12:00 PM Eastern Time.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/4dc19eb2fbef4b04956ad0b62a89f743/view)
 
Record
SN07708730-F 20260208/260206230050 (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.