SOURCES SOUGHT
B -- Swinomish Eelgrass Survey Service
- Notice Date
- 3/31/2026 5:22:00 PM
- Notice Type
- Sources Sought
- NAICS
- 541620
— Environmental Consulting Services
- Contracting Office
- W071 ENDIST SEATTLE SEATTLE WA 98134-2329 USA
- ZIP Code
- 98134-2329
- Solicitation Number
- PANNWD25P0000026848
- Response Due
- 4/7/2026 11:00:00 AM
- Archive Date
- 04/22/2026
- Point of Contact
- Della S. Overton, Phone: 2067646170, Shemekia McMillan, Phone: 2067643730
- E-Mail Address
-
della.s.overton@usace.army.mil, Shemekia.R.Mcmillan@usace.army.mil
(della.s.overton@usace.army.mil, Shemekia.R.Mcmillan@usace.army.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- REQUEST FOR INFORMATION (RFI) FY26 Swinomish Eelgrass Survey. Procurement Type: Services. Solicitation Number: TBD. NAICS Code: 541620 Environmental Consulting Services. PCS: B510 Special Studies/ Analysis Assessments. Location: La Conner, WA - Skagit County, WA. This is a REQUEST FOR INFORMATION (RFI) ANNOUNCEMENT and is for informational and market research purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS, OR NIDS, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2. The proposed action will be a service project with a firm-fixed price contract. The type of solicitation to be issued will depend upon information received in response to this Request for Information. No reimbursement will be made for any costs associated with providing information in response to this RFI or any follow-up information. Responses to this RFI will be used by the Government to make appropriate acquisition decisions. NO SOLICITATION IS CURRENTLY AVAILABLE. This is not a request to be placed on a solicitation mailing list and is not to be construed as a commitment by the Government. The results of this survey will be in effect for a period of one year from the date of this notice. The purpose of this RFI is to gain knowledge of potentially qualified Small Business, 8(a), Woman Owned Small Business, Service-Disabled Veteran Owned Small Business, and HUBZone contractor sources; as well as their size classifications relative to the NAICS code 541620, FSC Code 8510. Depending upon the responses associated with the business categories listed above, the solicitation will either be set aside in one of these categories or be issued as unrestricted and open to both small businesses. PROJECT DETAILS & REQUIREMENTS: 1. See attached PWS for the completed project details. 2. Evaluation Criteria: The Government will evaluate the extent to which the Contractor's previous experience with projects of similar scope, magnitude, and complexity demonstrates its capability to successfully perform the requirements of this project. The contractor must possess the following experience: a) Eelgrass Surveys in Coastal/Marine Environments: Demonstrated experience performing eelgrass distribution and abundance surveys on the West Coast of the United States that utilize video, biosonics (such as specialized sonar systems and/or echosounders), hydroacoustic, and/or visual survey methods to detect, identify, monitor and map the extent and density of submerged aquatic vegetation (SAV). b) Development of Sampling and Analysis Plans: Demonstrated experience designing Sampling and Analysis Plans in accordance with USAGE eelgrass survey guidelines and other relevant protocols, and that include detailed descriptions of sampling methods, survey logistics, and image analysis procedures. c) Data Collection, Processing and Mapping: Demonstrated experience delivering quality assured datasets that quantify key survey metrics including but not limited to: presence/absence of eelgrass (Zostera spp. and non-native seagrasses (e.g., Z. japonica), shoot density, and canopy extent as well as estimates of% cover for other types of SAV (e.g. kelp, sargassum, algae, seagrass). Proven ability to process eelgrass survey data and produce accurate, attributed GIS maps and data products. d) Report Generation and Scientific Communication: Capability to compile field data into clear and scientifically sound reports that include written summaries, data interpretation, tables, and figures. Interested firms should submit a capabilities package, including the following: 1. Firm's name, address, point of contact, phone number, and email address. 2. Cage Code. 3. Firm's interest in bidding on the solicitation if issued. 4. Business classification: Small Business (SB), Small Disadvantaged Business (SOB), Woman Owned Small Business (WOSB), Veteran Owned Small Business (VOSS), Service-Disabled Veteran Owned Small Business (SDVOSB), Historically Underutilized Business Zone (HUBZone), 8(a) Program 5. Firm's joint venture information (if applicable) All interested parties who believe they can meet the requirements are invited to submit in writing, complete information describing their interest and ability to meet all requirements stated above. Prior Government contract work is not required for submitting a response to this announcement. Submit responses to: Della Overton, Contract Specialist, via email at della.s.overton@usace.army.mil. Responses should be sent as soon as possible, but no later than 11:00 Pacific Time, 07 April 2026.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/25b1930a83eb4d109059b0d409a76a7f/view)
- Place of Performance
- Address: La Conner, WA, USA
- Country: USA
- Country: USA
- Record
- SN07763846-F 20260402/260331230047 (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 |