Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 24, 2025 SAM #8580
SOLICITATION NOTICE

F -- REPLACEMENT ENVIRONMENTAL QUALITY (EQ) SERVICES AT YAKIMA TRAINING CENTER, WA

Notice Date
5/22/2025 10:12:04 AM
 
Notice Type
Presolicitation
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
W071 ENDIST SEATTLE SEATTLE WA 98134-2329 USA
 
ZIP Code
98134-2329
 
Solicitation Number
W912DW25R0ZX6
 
Archive Date
05/22/2026
 
Point of Contact
Linda O'Brien, Phone: 2067646804, John Scola, Phone: 2067622122
 
E-Mail Address
linda.s.obrien@usace.army.mil, John.P.Scola@usace.army.mil
(linda.s.obrien@usace.army.mil, John.P.Scola@usace.army.mil)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
FOR INFORMATION ONLY: This Synopsis is ONLY A NOTIFICATION. A Request for Proposal (RFP) is anticipated and forthcoming. All questions regarding this SYNOPSIS should be submitted in writing via email to the Contract Specialist as noted below.The United States Army Corps of Engineers, Seattle District (NWS) intends to issue a Request for Proposal (RFP) for the Environmental Quality Services at Yakima Training Center (YTC), Washington. This acquisition is 8(a) Small Business set-aside which will result in the award of a single, Firm Fixed Priced (FFP), non-personal services contract.The Request for Proposal (RFP) will be available on or about 6 June 2025 to all business firms with an active SAM registration. The North American Industry Classification System (NAICS) Code is 541620 Commercial and Industrial Building Construction with a $19.0M size standard.The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform ENV Compliance, National ENV Policy Act (NEPA), Cultural Resource, Wildlife, Natural Resource, and Pollution Prevention (P2)/Sustainability related support at YTC. Specific programs supported by this action include Air, Water, Hazardous, Toxic, Radioactive Waste Compliance, Cultural, P2, NEPA, Wildlife, Natural Resources, Solid Waste, Resource Conservation and Recovery Act (RCRA), Sustainability, IRP, and Toxic Substances.The estimated overall period of performance for this acquisition is a base period of seven months plus (2) one-year option periods for a possible total of two (2) years and 7 months combined. The Government will accept proposals from all certified 8(a) small business Offerors which qualify under NAICS code 541620 with a size standard of $19,000,000.00. The acquisition process will be lowest priced technically acceptable (LPTA) conducted in accordance with procedures outlined in Federal Acquisition Regulation (FAR) Part 15. This announcement serves as the advance notice for this project.Offerors: Please be advised of on-line registration requirement in the System for Award Management (SAM) database http://www.sam.gov/ and directed solicitation provisions concerning electronic annual on-line representations and certifications. Representations and certifications are required to be updated annually as a minimum to keep information current, accurate and complete.The Government will post the RFP and specifications on the SAM site. Any amendments will only be available from the SAM website. Offerors are responsible for checking the SAM website frequently for any update(s) to this Pre- Solicitation Announcement or amendments to the Solicitation. The website is occasionally inaccessible due to maintenance. The Government is not responsible for any loss of internet connectivity or for an offerors inability to access the document(s) at the referenced website.To view the RFP when posted, Vendors must have an active registration in SAM.gov.For PIEE registration, training, and instructions for posting an Offer, refer to the following links:PIEE Registration: https://piee.eb.mil/ Note: There are two vendor roles (Proposal Manager, Proposal View Only) for PIEE Solicitation Module. The Proposal Manager role is required to submit an offer to a solicitation. PIEE Solicitation Module:Training and instructions are accessible through PIEE ? Web Based Training (WBT) at https://pieetraining.eb.mil/wbt/ (For instructions specific to posting an offer, select; Solicitation Module ? Proposals (Offers) ? Posting Offer)For Frequently Asked Questions (FAQs) and additional training, go to the DoD Procurement Toolbox ? Solicitation Module at https://dodprocurementtoolbox.com/site-pages/solicitation-module POINT-OF-CONTACT:The point-of-contact for administrative or contractual questions is Linda O?Brien at email: linda.s.obrien@usace.army.mil. Once the RFP has been issued, all questions must be submitted in accordance with the RFP instructions.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7aede007de5148eebc5232574ed6ff15/view)
 
Place of Performance
Address: 970 Firing Center Rd #502, Yakima, WA 98901 98901
Zip Code: 98901
 
Record
SN07452555-F 20250524/250522230049 (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.