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

99 -- Sources Sought � Chemistry IDIQ Contract

Notice Date
2/6/2026 12:31:20 PM
 
Notice Type
Sources Sought
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
W2SD ENDIST NEW YORK NEW YORK NY 10278-0004 USA
 
ZIP Code
10278-0004
 
Solicitation Number
W912DS26S0015
 
Response Due
2/23/2026 11:00:00 AM
 
Archive Date
03/10/2026
 
Point of Contact
Jordan Moran, Phone: 9177908121, Nicholas P. Emanuel
 
E-Mail Address
jordan.k.moran@usace.army.mil, nicholas.p.emanuel@usace.army.mil
(jordan.k.moran@usace.army.mil, nicholas.p.emanuel@usace.army.mil)
 
Description
Sources Sought � Chemistry Contract The U.S. Army Corps of Engineers, New York District is issuing this Sources Sought Notice to determine if there are interested and qualified firms to perform work on an IDIQ (Indefinite Delivery Indefinite Quantity) contract for its Operations Division. Responses to this Sources Sought Notice will be used by the Government to make an appropriate procurement decision. The IDIQ contract would primarily consist of the sampling and testing of dredged material for placement at the Historic Area Remediation Site (HARS) following procedures described in the following two documents and any subsequent updates: US Army Corps of Engineers and Environmental Protection Agency Region 2, Guidance for Performing Tests on Dredged Material Proposed for Ocean Disposal (April 2016); and Environmental Protection Agency and US Army Corps of Engineers, Evaluation of Dredged Material Proposed for Ocean Disposal (referred to as the Green Book) (February 1991). The IDIQ Contract would also include testing of dredged material for upland disposal following procedures described in the following documents and any subsequent updates: New York State Department of Environmental Conservation (NYSDEC), Technical & Operational Guidance Series (TOGS) 5.1.9 In-Water and Riparian Management of Sediment and Dredged Material (November 2004); New York State Department of Environmental Conservation, New York Codes, Rules and Regulations (NYCRR), Title 6, Part 375 (December 2006); New Jersey Department of Environmental Protection, New Jersey Administrative Code (NJAC), Title 7, Chapters 7, 9 and 26; and New Jersey Department of Environmental Protection (NJDEP), The Management and Regulation of Dredging Activities and Dredged Material in New Jersey�s Tidal Waters (October 1997). Additional work may be requested following the testing requirements of other states. For guidance not listed above, the Government and Contractor would further coordinate on capability. Additional work under this contract will include analyses of sediment, tissue, and water and may include environmental DNA/metagenomic analyses related to HARS monitoring in accordance with the following document and any subsequent updates: U.S. Army Corps of Engineers (USACE) New York District and Environmental Protection Agency (EPA) Region 2, Site Management and Monitoring Plan for Historic Area Remediation Site (HARS) (July 2020). Work orders would include all or some of the following: sediment and water collection (on contractor supplied ship); sample handling, processing and shipping; physical and chemical analyses (e.g. sediment, water, and tissue analyses); and QA/QC procedures and necessary corrective actions. Reports containing the sampling logs, all testing results and QA/QC information in a format required by the New York District Corps of Engineers (NYD) would have to be provided by the contractor for each work order. All sampling would be performed within the Port of New York & New Jersey, the length of the Hudson River, in the Atlantic Ocean at the Historical Area Remediation Site (HARS), and its Reference Site. The North American Industry Classification System (NAICS) code is 541380. The business size standard is $25,500,000. All interested businesses should notify this office in writing by email by 23 February 2026, 02:00 PM EST. Responses should include: Identification of the firm as a Large or Small Business; If the firm is a Small Business they should also identify if they are a SBA certified 8(a), HUB Zone or Service-Disabled Veteran Owned Small Business; The firm�s Duns Number and CAGE Code; and Statement in writing if the contractor has a current Demonstration of Capability (DOC) and a Work/QA Plan approved by NYD and EPA Region 2. Send responses to: Nicholas Emanuel, Contracting Officer: Nicholas.P.Emanuel@usace.army.mil And Jordan Moran, Contract Specialist: Jordan.K.Moran@usace.army.mil This is NOT a commitment on the part of the Government to award a contract as a result of this notice or to pay for any information received. This synopsis neither constitutes a Request for Proposal or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach. This Sources Sought Synopsis should not be construed as a commitment by the Government for any purpose. The Government does not intend to rank submittals or provide any reply to interested firms. Submittals will be used for market survey information only.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/070ab983cc184a8fa5c1a6fe0a434d29/view)
 
Place of Performance
Address: Newark, NJ 07114, USA
Zip Code: 07114
Country: USA
 
Record
SN07708838-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.