SOURCES SOUGHT
H -- BPA Quality Assurance Testing for USACE Sacramento District
- Notice Date
- 9/10/2025 11:52:23 AM
- Notice Type
- Sources Sought
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- W075 ENDIST SACRAMENTO SACRAMENTO CA 95814-2922 USA
- ZIP Code
- 95814-2922
- Solicitation Number
- W9123825S0024
- Response Due
- 10/10/2025 2:00:00 PM
- Archive Date
- 10/25/2025
- Point of Contact
- Julie Maxwell, Phone: 9165577989, Amber Scyoc, Phone: 9165577040
- E-Mail Address
-
julie.maxwell@usace.army.mil, amber.l.scyoc@usace.army.mil
(julie.maxwell@usace.army.mil, amber.l.scyoc@usace.army.mil)
- Description
- This SOURCES SOUGHT NOTICE is for market research ONLY to determine the availability, technical capability, and interest of small business firms for a potential small business category type set-aside. NO AWARD will be made from this Sources Sought Notice. The purpose of this notice is to obtain a snapshot of current market capabilities and gain knowledge of potential sources for all necessary and qualified personnel, facilities, equipment, transportation and materials required to provide Quality Assurance Laboratory and Field-Testing Services to the U.S. Army Corps of Engineers, Sacramento District (USACE/Government). Other than small businesses are encouraged to express interest and submit capability statements as well. If there is anything preventing your company from doing the work, but you are interested, please advise. The location of services will be within one or more the Sacramento District�s areas of responsibility. The areas of responsibility noted above extend as follows: California �Bay Area� & Stockton-Modesto Region Area bounded by the Coast on the west, Fairfield in the north, Stockton and Modesto in the east and Fremont in the south. Some of the project locations in this area are as follows: Travis Air Force Base (Fairfield), Military Ocean Terminal Concord (MOTCO), Moffet Field (Mountain View), and Camp Parks (Livermore/Dublin). Northern California Region Area bounded by the California Bay Area Region in the west, Hamilton City, Redding, Marysville and Folsom in the east and Sacramento in the south Some of the project locations in this area are as follows: Hamilton City Levee, Marysville Levee, USFS Redding Air Attack Base at Redding Airport, Folsom Dam, Lower San Joaquin River (Stockton Area), West Sacramento, and Beale Air Force Base (east of Yuba City). Central Coast and Southern Valley Region Area bounded by the Coast and Monterey on the west, the California Bay Area Region and New Hogan Dam in the North, the Lake Isabella in the East and south and Bakersfield also in the south. Some of the Project locations in this area are as follows: Presidio of Monterey, Fort Hunter Liggett, Camp Roberts/Satellite Command (SATCOM) near San Miguel, New Hogan Dam, Knights Ferry Lake, Merced Stream Group area, Eastman Lake, Hensley Lake, Pine Flat Lake, Lake Kaweah, Lake Success and Isabella Lake. Nevada Region Area is located in and around the Sierra Army Depot in Herlong, CA. Utah Region Area is located in and around Salt Lake City, Dugway in the southwest and Camp William and Provo in the South, Ogden and Hill Air Force Base in the north and Utah Test and Training Range (UTTR) located north of Aragonite. DISCLAIMER: THIS SOURCES SOUGHT ANNOUNCEMENT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. 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 SOURCES SOUGHT ANNOUNCEMENT IS STRICTLY VOLUNTARY. REQUIRED CAPABILITIES: Please see attached PWS, Paragraph 1.5 GENERAL REQUIREMENTS. SOURCES SOUGHT: The NAICS Code is 541380, with the corresponding size standard of $16.5M. Product Service Code is H399. To assist USACE-SPK in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought, you are also encouraged to provide information regarding your plans to use joint venturing (JV) or partnering. Please outline how you would envision your company's areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement. In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications. Responses must demonstrate the company�s ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14). SUBMISSION DETAILS: The following requests are designed to inform the US Army Corps of Engineers, Sacramento District, of current service contractor market capabilities. Please provide your response to the following. Submission is limited to no more than five (5) pages. Responses should include: 1) Offeror�s Name, UEI #, address, point of contact, phone number and e-mail address. 2) Offeror�s experience and capability to complete services. 3) Offeror�s socioeconomic type and business size(Certified HUB Zone; Woman-Owned Small Business (WOSB) and Serviced-Disabled Veteran-Owned Small Business (SDVOSB); Veteran Owned Small Business (VOSB) and 8(a) small business concerns). 4) Your contract vehicles that would be available to the Government for the procurement of the product and/or service, to include CHESS, NASA SEWP, General Service Administration (GSA): OASIS, ALLIANT II, VETS, STARS II, Federal Supply Schedules (FSS) (including applicable SIN(s)), or any other Government Agency contract vehicle that allows for decentralized ordering. (This information is for market research only and does not preclude your company from responding to this notice.) Vendors interested in responding to this sources sought notice should submit a capabilities statement package via email no later than 10 October 2025, 2:00 PM Pacific Time (PT) to julie.maxwell@usace.army.mil and amber.l.scyoc@usace.army.mil. Interested businesses should submit a brief capabilities statement package demonstrating ability to perform the services listed under Required Capabilities. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government and contractor personnel reviewing submitted responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/2c77df38bf844bd4893849c8e925fb72/view)
- Place of Performance
- Address: Sacramento, CA 95814, USA
- Zip Code: 95814
- Country: USA
- Zip Code: 95814
- Record
- SN07586406-F 20250912/250910230054 (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 |