SOURCES SOUGHT
C -- SOURCES SOUGHT for Hazardous, Toxic, and Radioactive Waste Assessment Services (HTRW) Regional IDIQ
- Notice Date
- 2/10/2026 9:52:10 AM
- Notice Type
- Sources Sought
- NAICS
- 541620
— Environmental Consulting Services
- Contracting Office
- W072 ENDIST HUNTINGTON HUNTINGTON WV 25701-5000 USA
- ZIP Code
- 25701-5000
- Solicitation Number
- W91237-26-X-1B64
- Response Due
- 3/11/2026 9:00:00 PM
- Archive Date
- 03/27/2026
- Point of Contact
- Brittani Stowers, Phone: 3043995762, Danielle Roar, Phone: 3043995348
- E-Mail Address
-
brittani.l.stowers@usace.army.mil, Danielle.L.Roar@usace.army.mil
(brittani.l.stowers@usace.army.mil, Danielle.L.Roar@usace.army.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- This is a SOURCES SOUGHT notice to determine the capabilities of firms This notice does not constitute a solicitation announcement, nor does it restrict the Government to an ultimate acquisition approach. No solicitation or technical scope of services is available currently. The Government will use the responses to this SOURCES SOUGHT notice to make acquisition decisions. Businesses are strongly encouraged to review this SOURCES SOUGHT and submit according to the directions in this notice. This announcement is to gain knowledge of potential qualified business sources for Hazardous, Toxic, and Radiological Waste (HTRW) services and general environmental consulting services for projects assigned to Districts within the U.S. Army Corps of Engineers, Great Lakes and Ohio River Division geographical boundaries to include Buffalo, Chicago, Detroit, Huntington, Louisville, Nashville and Pittsburgh Districts. The geographical boundaries of the Division include such states as West Virginia, Virginia, Ohio, North Carolina, Kentucky, Tennessee, Mississippi, Alabama, Georgia, Kentucky, Michigan, Wisconsin, Minnesota, Illinois, Indiana, and New York. Services include, but may not be limited to, conducting Phase I and II Environmental Site Assessments (ESAs), asbestos investigations, lead-based paint investigations, information gathering and records review; preparation of drawings, sketches, charts and graphs; environmental field investigations; underground storage tank (UST) and aboveground storage tank (AST) investigations, sample collection (including but not limited to lead paint, asbestos, soil, groundwater, sediment, and air); evaluations and consultation; laboratory analysis; data definition/collection; digital photography; preparation of technical reports, and other environmental services as required to support the Great Lakes and Ohio River Division�s mission. The Government must ensure there is adequate competition among the potential pool of available contractors. The Indefinite Delivery Contract(s) (IDC) may be up to $3 million, if all options are exercised. The task order will be generally be between $5,000 and $100,000. It is likely possible that multiple task orders may be ongoing at the same time. The following requests are designed to apprise the US Army Corps of Engineers, Huntington District, of any prospective business�s capabilities. Please provide your response to the following. The submission is limited to 20 pages front and back. Contractor staff and experts must be able to meet security clearance requirements as defined in Homeland Security Presidential Directive 12 �Policy for a Common Identification Standard for Federal Employees and Contractors.� I) Offeror's name, address(es), point of contact, phone number, and e-mail address. II) Offeror's capability to perform a contract of this scope and comparable work performed within the past 10 years based on the below criteria. a.) Specialized Experience and Technical Competence: Describe your firms� specialized experience and technical competence with respect to: i. Successfully managing and performing broadly scoped environmental projects, site/operable unit complexity, and technical challenges as those present or anticipated within Great Lakes and Ohio River Division�s environmental mission; ii. Successful integrated management and execution of environmental projects requiring significant coordination of simultaneous activities, real-time integration of customer and regulatory agency coordination and input, and development of effective solutions to quickly arising technical/managerial challenges without a lapse of performance; iii. Environmental site assessments to determine the potential for site contamination as a result of site activities or from activities on adjoining sites; iv. Site characterization to determine nature and extent of contamination including design and/or performance of sediment, soil, air and water sampling programs, subsurface investigation programs, installation of monitoring well networks, acquisition and analysis of other data to support corrective measure decision-making; v. Selecting alternatives and developing designs/specifications for alternatives for remedial/removal actions or corrective measures and/or environmental projects of equivalent scope; vi. Development of typical deliverables supporting HTRW activities such as: Phase I Environmental Assessments, Phase II Environmental Assessments, Work Plans, Health & Safety Plans, Quality Control Plans, Sampling & Analysis Plans, Field Sampling Plans, Monitoring Well Installation Plans/Reports, Monitoring Well Abandonment Reports, Investigation Derived Waste Plans, detailed project schedules, Closure Plans and Reports, Groundwater Monitoring Reports, Action Memorandums, Determination of NFA, Cost Estimates, Oversight Trip Reports w/ photos, and other related deliverables; vii. Oversight and/or performance of chemical analytical services typically required to support remedial/corrective measure decision-making at sites with multi-media environmental contamination from various industrial sources including, but not limited to, those in the current USEPA guidance documents and documenting a level of laboratory internal QA/QC consistent with that referenced in current USEPA guidance/requirements resulting in legally defensible data for inclusion into project deliverables, including demonstrated ability for timely identification of problems/issues in acquired data and alerting the client to the impacts of these issues as well as making recommendations for their resolution; viii. Appropriate management of investigation derived waste; ix. Oversight and/or performance of intrusive site investigations such as geoprobe, drill augers, trenching, standard penetration sampling, undistributed soil sampling, piezometer installations, monitoring well installations, groundwater well installations, well abandonment and rock coring, to support site investigations and/or site operations during a remedial/corrective action; x. Asbestos sampling; xi. Lead-based paint sampling; b. Professional Qualifications: Describe the professional qualifications of your firm. Provide the number and qualifications of professional personnel in the following areas: project management, engineering disciplines such as civil, chemical, environmental and geotechnical; chemists, geologists, hydrogeologists, biologists, toxicologists, and environmental scientists; safety professionals, risk assessment specialists, cost estimators/schedulers; environmental technicians; asbestos inspectors; lead-based paint inspectors; industrial hygienists. Registration, licensure, or certification as required by law and regulations of the appropriate state will be necessary. Submitting firms should demonstrate the education, training, registration, overall and relevant experience, and longevity with the firm of key management and technical personnel. c. Past Performance: Describe your firms� performance during the past 10 years on similar contracts with respect to cost control, quality of work, ability to work independently and compliance with performance schedules as determined from Contractor Performance Assessment Reporting System (CPARS) and other sources. The CPARS is the primary source of information on past performance. However, any credible, documented evaluations may be considered, but the government is not required to seek other information on the past performance of a firm if none is available from CPARS. d. Capacity: Describe your firms� capacity to perform approximately $500,000.00 through multiple task orders, in a one-year period, and accomplish the anticipated work in an efficient manner. The Government is seeking short statements regarding the company's ability to demonstrate existing expertise and experience in relation to the areas specified herein. Commercial brochures or existing marketing materials may be submitted with the Capabilities Statement. Submission of a Capabilities Statement is not a prerequisite to any potential future offerings, but participation will assist the Corps of Engineers in tailoring requirements to be consistent with industry capabilities. This posting is for information and planning purposes only and shall not be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. Offers that do not meet all requirements outlined in this SOURCES SOUGHT or submit within the allotted time will not be considered. III) Regional contract capability � Would the geographical boundaries of this procurement being regional and would include West Virginia, Virginia, Ohio, North Carolina, Kentucky, Tennessee, Mississippi, Alabama, Georgia, Kentucky, Michigan, Wisconsin, Minnesota, Illinois, Indiana, and New York be of any concern or limit capability versus the procurement geographical boundaries being limited to a Huntington District procurement to include West Virginia, Virginia, Ohio, and Kentucky? IV) Verification of any Small Business Administration (SBA) certification(s), if applicable. All interested contractors should provide a response by close of business, March 12, 2026. Submit your response to Brittani L. Stowers via email at Brittani.L.Stowers@usace.army.mil and Danielle L. Roar via email at Danielle.L.Roar@usace.army.mil Electronic submission is required.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/3b5c192051a3421cb2820d9d848910e3/view)
- Place of Performance
- Address: Huntington, WV 25701, USA
- Zip Code: 25701
- Country: USA
- Zip Code: 25701
- Record
- SN07712056-F 20260212/260210230051 (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 |