SOURCES SOUGHT
99 -- Environmental, Occupational Safety, and Health Support Services
- Notice Date
- 3/5/2026 3:03:26 PM
- Notice Type
- Sources Sought
- NAICS
- 541620
— Environmental Consulting Services
- Contracting Office
- DEPT OF COMMERCE NOAA SILVER SPRING MD 20910 USA
- ZIP Code
- 20910
- Solicitation Number
- 26-1175
- Response Due
- 3/20/2026 12:00:00 PM
- Archive Date
- 03/21/2026
- Point of Contact
- Daphney Jean-Minter, Phone: 3014934030, Patrill Smith-Moody, Phone: 3016281436
- E-Mail Address
-
daphney.jean-minter@noaa.gov, patrill.smith-moody@noaa.gov
(daphney.jean-minter@noaa.gov, patrill.smith-moody@noaa.gov)
- Description
- 1.0 INTRODUCTION The Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), Office of the Chief Administrative Officer (OCAO), Safety and Environmental Office (SECO) is issuing this Sources Sought Notice as a means of conducting market research to identify parties having an interest in, and the resources to support, the requirement for technical expertise and assistance with environmental and occupational safety and health services. The results of this market research will contribute to determining the method of procurement and identifying potential small or large business concerns. 2.0 BACKGROUND SECO is responsible for safeguarding NOAA�s workforce and assets while aiding in compliance with environmental regulations and energy stewardship principles. To support this mission, SECO requires an Indefinite Delivery, Indefinite Quantity (IDIQ) contract to provide technical expertise across a broad spectrum of environmental compliance and safety programs. 3.0 SCOPE OF SERVICES The Government requires professional expertise in environmental compliance, energy management, sustainability/resilience, and occupational safety and health. Key technical areas include: Assessments & Audits: Comprehensive Environmental, Safety, and Occupational Health (ESOH) audits using the TEAM Guide and OSH Guide protocols. NEPA Support: Preparation of EIS, EA, and Categorical Exclusions; Endangered Species Act (ESA) surveys; and cultural resource investigations. Site Assessments: ASTM-compliant Phase I and Phase II Environmental Site Assessments (ESA) and Environmental Baseline Surveys (EBS). Remediation & Restoration: Site characterization, CERCLA/RCRA compliance, remedial design, and hazardous material removal. Specialized Surveys: Floodplain and wetlands delineations; hazardous building material surveys (Asbestos, Lead, PCBs, Radon). Program Support: Data management, development of NOAA Administrative Orders (NAOs), and preparation of federal reports (e.g., DOE Annual Energy Reports). Demolition: Structural demolition and site restoration related to property disposal. 4.0 MINIMUM TECHNICAL QUALIFICATIONS The contractor must possess the reach-back capability to provide Subject Matter Experts (SMEs) holding the following credentials: CSP: Certified Safety Professional. CIH: Certified Industrial Hygienist. PE: Professional Engineer (Civil/Environmental) for remediation/demolition. CPEA: Certified Professional Environmental Auditor. HAZWOPER: All field staff must have current OSHA 40-Hour training and medical monitoring clearance. 5.0 CONTRACT STRUCTURE (PROPOSED) Applicable NAICS Code: 541620 - Environmental Consulting Services, with a size standard of $19M. Industry input on the suitability of this code is welcomed. Contract Type: IDIQ with Firm-Fixed-Price (FFP) or Cost Reimbursable (Time and Materials) Task Orders. IDIQ Limit: Estimated at $4.5M. Geographic Scope: NOAA facilities nationwide (approximately 235 sites). 6.0 SUBMISSION REQUIREMENTS Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice by 3:00 PM (ET), March 20, 2026. All responses under this Sources Sought Notice must be emailed to Contract Specialist, Patrill Smith-Moody at Patrill.Smith-Moody@noaa.gov and Contracting Officer, Daphney Jean-Minter at Daphney.Jean-Minter@noaa.gov. Inquiries: In accordance with NOAA policy, telephone inquiries will not be accepted. Interested parties are requested to submit a capability statement and supplemental Attachment A-Questionaire (not to exceed 10 single pages/ 5 front and back pages) that includes: Company Profile: Name, address, UEI number, and socio-economic status (e.g., 8(a), HUBZone, SDVOSB, WOSB). Technical Capability: A brief description of the company�s ability to perform the tasks identified in Section 3.0. Past Performance: Summaries of at least three (3) projects of similar size and scope performed for Federal agencies within the last five (5) years. Staffing: Confirmation of the ability to provide the certified personnel (CSP, CIH, PE, CPEA) listed in Section 4.0. 7.0 DISCLAIMER This Sources Sought Notice is for information and market research planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the Government. The Government does not intend to award a contract on the basis of this notice or otherwise pay for the information solicited.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/d55711cec85941e298b07e6baf99c54d/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN07736472-F 20260307/260305230051 (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 |