Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 06, 2025 SAM #8746
SOURCES SOUGHT

F -- Environmental Management Systems SATOC IDC

Notice Date
11/4/2025 10:55:40 AM
 
Notice Type
Sources Sought
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
W076 ENDIST TULSA TULSA OK 74137-4290 USA
 
ZIP Code
74137-4290
 
Solicitation Number
W912BV26S9000
 
Response Due
12/9/2025 3:00:00 PM
 
Archive Date
12/24/2025
 
Point of Contact
CHRISTOPHER WRIGHT, Phone: 9186697277
 
E-Mail Address
christopher.t.wright@usace.army.mil
(christopher.t.wright@usace.army.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
SOURCES SOUGHT ANNOUNCEMENT Number W912BV26S9000 04 November 2025 Environmental Management Systems (EMS) (a.k.a. Environmental Program and Data Management (EPDM)) Single Award Task Order Contract (SATOC) Indefinite Delivery Contract (IDC) This is a SOURCES SOUGHT announcement for market survey information only, to be used for acquisition strategy planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SOURCES SOUGHT ANNOUNCEMENT. No reimbursement will be made for any costs associated with providing information in response to this Sources Sought announcement or any follow up information requests. Respondents will not be notified of the Sources Sought evaluation results. The U.S. Army Corps of Engineers (USACE) - Tulsa District (SWT), on behalf of the Southwestern Division (SWD) Regional Planning and Environmental Center (RPEC), is conducting market research for an anticipated Environmental Management System (EMS), also known as Environmental Program and Data Management (EPDM), Consulting Services and Training Projects Indefinite Delivery Contract (IDC) with a period of performance not to exceed 7 years (one 5-year Base Period plus one 2-year Option Period) and a maximum contract capacity not to exceed $85M. EMS/EPDM is the framework for continual program and process improvement through clearly defined environmental roles and responsibilities, planning requirements, budgeting, effective implementation and operation, and management review. Environmental Program and Data Management support includes planning; implementation and operation support; checking; management and oversight; studies, analyses, and evaluations; training; help desk support; and engineering and technical expertise. Such support shall sustain and improve the functionality of the EMS with the creation of training materials, data collection, and data analysis and presentation tools, and daily support to aid in continued maintenance by government personnel. The purpose of Environmental Program and Data Management is for the Contractor to provide exemplar support to the installation and mission that will enhance warfighter readiness, resilience, and government efficiency for the United States Armed Forces. Environmental Program and Data Management will require implementing technology to improve internal communications, automating internal processes, and increasing productivity and efficiency to reduce the burden and cost of compliance with relevant legislative and mission requirements, thereby enabling military and civilian personnel to focus on higher-value activities and mission objectives. Relevant legislative requirements support may include, but are not limited to: Clean Air Act (CAA) Clean Water Act (CWA) Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA) Emergency Planning and Community -Right-to-know Act (EPCRA) Endangered Species Act (ESA) Federal Insecticide, Fungicide, and Rodenticide Act (FIFRA) Final Governing Standard (FGS) National Historic Preservation Act (NHPA) Native American Graves Protection and Repatriation Act (NAGPRA) Oil Pollution Act (OPA) Resource Conservation and Recovery Act (RCRA) Safe Drinking Water Act (SDWA) United States Code Title 10: Armed Forces Toxic Substance Control Act (TSCA) Air Force Instruction 10-201: Force Readiness Reporting Air Force Instruction 10-209: Rapid Engineer Deployable Heavy Operational Repair Squadron Engineers Program Air Force Instruction 10-210: Prime Base Engineer Emergency Force Program Air Force Instruction 10-401: Air Force Operations Planning and Execution Air Force Instruction 10-402: Mobilization Planning Air Force Instruction 10-403: Deployment Planning and Execution Air Force Instruction 11-253: Managing Purchases of Aviation Fuel and Ground Services Air Force Instruction 21-101: Aircraft and Equipment Maintenance Management Air Force Instruction 24-301: Ground Transportation Air Force Instruction 25-201: Support Agreements Air Force Instruction 32-1024: Civil Engineering Standard Facility Requirements Air Force Instruction 32-9002: Management of Real Property Air Force Instruction 65-501: Financial Management Economic Analysis Historically, the minimum Task Order awarded against the current IDC was $25,520.00; the maximum Task Order awarded was $8,269,53200; with an average of $3,531,798.00. The purpose of this Sources Sought is to determine the availability of firms of all business sizes possessing knowledge of EMS. The type of set-aside decision(s) to be issued will depend upon the responses to this Sources Sought announcement and resultant market research obtained. Interested Small Business: Section 8(a); Historically Underutilized Business Zones (HUBZone); Woman-Owned Small Business (WOSB); Service-Disabled Veteran-Owned Small Business (SDVOSB); and Other than Small Business firms are highly encouraged to respond to this Sources Sought. The North American Industrial Classification System (NAICS) Code for this procurement is 541620 (Environmental Consulting Services) which has a small business size standard, as established by the U.S. Small Business Administration (SBA), of $19.0M. Small Business firms are reminded under FAR 52.219-14, Limitations on Subcontracting: A Firm will not pay more than 50% of the amount paid by the Government for contract performance to subcontractors that are not similarly situate entities. Any work that a similarly situated entity further sub-contracts will count toward the 50% sub-contract amount that cannot be exceeded. Firms interested in responding to this Sources Sought must complete the on-line Survey Monkey questionnaire provided at the URL below. A pdf copy of the Survey Monkey questionnaire is attached to this announcement to assist respondents with completing the on-line survey questionnaire; DO NOT SUBMIT THIS PDF DOCUMENT, IT IS FOR REFERENCE ONLY. It is strongly recommended that respondents review the pdf copy of the survey questionnaire prior to beginning the online survey, as the questions must be answered sequentially, and the survey tool does not lend itself to making changes once it has been started. Additionally, wait for the completed survey questionnaire to be completely submitted before closing the survey website. SURVEY QUESTIONNAIRE LINK: https://www.surveymonkey.com/r/DLN5L8N PERSONAL VISITS FOR THE PURPOSE OF DISCUSSING THIS SOURCES SOUGHT WILL NOT BE ENTERTAINED. HARDCOPY OR FACSIMILE SUBMISSIONS WILL NOT BE ACCEPTED. THIS SOURCES SOUGHT CLOSES AT: 5:00PM (CENTRAL) TUESDAY, 09 DECEMBER 2025, AFTER WHICH POINT THE SURVEY MONKEY QUESTIONNAIRE WILL NO LONGER BE AVAILABLE. NOTE this Sources Sought announcement does not request information to be submitted outside of the Survey Monkey response mentioned above. Attempts made otherwise will not elicit a response.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/164b2a251c854a7dad58690885d7c2ad/view)
 
Place of Performance
Address: Tulsa, OK 74137, USA
Zip Code: 74137
Country: USA
 
Record
SN07635103-F 20251106/251104230036 (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!  © 1994-2024, Loren Data Corp.